Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-228u Temp. Reso. #10255 September 23, 2003 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003- ,-;- 6 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO. 03-11E WITH ECKLER ENGINEERING, INC., TO PROVIDE PROFESSIONAL SERVICES FOR THE DESIGN, PERMITTING, AND BIDDING FOR THE 2.0 MILLION GALLON WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS, IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION #R-2001-185, FOR AN AMOUNT NOT TO EXCEED $85,000.00; APPROVING FUNDING FROM THE APPROPRIATE BUDGETED UTILITIES ACCOUNT; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the water supply, treatment, and distribution systems; and WHEREAS, it is necessary to provide proper and adequate water pressure, volume and fire protection throughout the City; and WHEREAS, the Environmental Protection Agency (EPA) recommends that a water utility maintain water storage capacity equal to one average day water demand; and Temp. Reso. #10255 September 23, 2003 2 WHEREAS, the City currently owns water storage capacity of 2 million gallons less than the average daily water demand; and WHEREAS, the City needs to upgrade the high service pumping capacity at the Water Treatment Plant to meet current and future water demand; and WHEREAS, the City requires the service of a consulting firm knowledgeable in this area and capable of providing professional services for the design, permitting, and bidding for the 2 Million Gallon Water Storage Tank and Water Treatment Plant Improvements; and WHEREAS, Eckler Engineering, Inc. possesses the required knowledge and experience to provide the professional engineering services associated with the Tamarac East Water Main Improvements; and WHEREAS, Eckler Engineering, Inc. has been pre -qualified as an approved consultant for engineering services by the City of Tamarac as authorized by resolution R- 2001-185 (attached as Exhibit 1); and WHEREAS, it is the recommendation of the Director of Utilities that Task Authorization No. 03-11 E from Eckler Engineering, Inc. be approved, executed and funded; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to accept and execute Task Authorization No. 03-11 E (attached as "Exhibit 2") with Eckler Engineering, Inc. to provide Engineering Services for the 2 Million Gallon Water Storage Tank and Water Treatment Plant Improvements for an amount not to exceed $85,000.00 and to provide Temp. Reso. #10255 September 23, 2003 3 funding from the appropriate budgeted Utilities account. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. SECTION 2: The appropriate City Officials are hereby authorized to accept and execute Task Authorization No. 03-11 E with Eckler Engineering, Inc. to provide engineering services for the 2 Million Gallon Water Storage Tank and Water Treatment Plant Improvements, in accordance with the City's Consulting Engineering Agreement as authorized by Resolution No. R-2001-185 on July 11, 2001, for an amount not to exceed $85,000.00. SECTION 3: The $85,000.00 is approved to be funded from the appropriate budgeted Utilities accounts. SECTION 4: The City Manager, or his designee, are hereby authorized to make changes, issue change orders not to exceed $10,000.00 per Section 6-156 (b) of the City Code, and close the contract award including, but not limited to making final payment within the terms and conditions of the contract and within the contract price. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: 11 any clause, section, other part or application of this Resolution Temp. Reso. #10255 September 23, 2003 4 is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 81" day of October, 2003. ATTEST: juil� MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL S. KRAFT CITY ATTORNEY REG:aml JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABI DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS 1 1 �7j 1 Exhibit 1 Temp. Reso. #10255 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-185 Temp. Reso. #9434 Page 1 June 18, 2001 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE OFFICIALS TO ACCEPT AND EXECUTE AGREEMENTS WITH THE FOLLOWING FIVE (5) CONSULTING FIRMS TO PROVIDE ENGINEERING AND ARCHITECTURAL CONTINUING SERVICES FOR A PERIOD OF FIVE YEARS ON AN "AS NEEDED" BASIS: (1) CRAVEN THOMPSON & ASSOCIATES, INC.; (2) ECKLER ENGINEERING, INC.; (3) MATHEWS CONSULTING, INC.; (4) MILLER LEGG AND ASSOCIATES, INC.; AND (5) WILLIAMS� HATFIELD & STONER, INC.; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac is faced with the challenge of meeting the increased demands imposed by regulatory agencies, development, infrastructure modifications and expansions utilizing the latest technology for efficient and safe operation; and WHEREAS, the ,City of Tamarac's operations and programs over the next five years require the utilization of specialized services from consultants to meet these demands; and WHEREAS, the City of Tamarac publicly advertised Request for Letters of Interest No. 01-10L for Engineering and Architectural Continuing Services to be utilized Citywide for a period of five years on an "as needed" basis, a copy of which is attached hereto as "Attachment A"; and Temp. Reso. #9434 Page 2 June 18, 2001 WHEREAS, on March 28, 2001, submittals from the following nineteen (19) firms were received: 1. Calvin Giordano 2. Carnahan Proctor 3. Carr Smith Corradino 4. Chen & Associates 5. Craig A. Smith 6. Craven Thompson 7. Eckler Engineering 8, Geoverse 9. Hartman & Associates 10. Hazen & Sawyer 11. LakdasNohalem 12. Mathews Consulting 13. Miller Legg 14. PBS&J 15. Reynolds Smith & Hill 16. Rhon Ernest -Jones 17. Tamara Peacock 18.TBE Group 19. Williams, Hatfield & Stoner WHEREAS, after an extensive review and evaluation process which included categorizing the.firms by size, the committee consisting of Director of Utilities, = Assistant Public Works Director, Utilities Project Engineer, and Assistant City Engineer recommend the appropriate City Officials be authorized to execute agreements for Engineering and Architectural Continuing Services to be utilized for a period of five years on an "as needed" basis with the following five (5) firms: 1. Eckler Engineering, Inc. (Small Firm) 2. Mathews Consulting, Inc. (Small Firm) 3. Craven Thompson & Associates, Inc. (Medium Firm) 4. Williams, Hatfield & Stoner, Inc. (Medium Firm) 5. stiller Legg and Associates, Inc. (Large Firm) 11 Temp. Reso. #9434 Page 3 June 18, 2001 WHEREAS, the Public Works Director, Utilities Director and Purchasing and Contracts Manager recommend the appropriate City Officials be authorized to execute the five agreements for Engineering and Architectural Continuing Services: and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the. citizens and residents of the City of Tamarac to authorize the appropriate City Officials to execute and enter into agreements with Craven Thompson & Associates, Inc., Eckler Engineering, Ind., Mathews Consulting, Inc., Miller Legg and Associates, Inc., and Williams, Hatfield & Stoner, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTfO1 2: That the appropriate City Officials are hereby authorized to execute agreements with Craven Thompson & Associates, Inc., Eckler Engineering, Inc., Mathews Consulting, Inc., Miller Legg and Associates, Inc., and Williams, Hatfield & Stoner, Inc. (copies of which are attached hereto as "Attachments B — 1, 2, 3, 4 & 5")• SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section or other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining potions or applications of this Resolution. I Temp. Reso. #9434 Page 4 June 18, 2001 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 11T" day of July, 2001. ATTEST: MARION S ENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. ITCHELL S. K CITY ATTORNEY ' G JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER el DIST 1: COMM. PORTNER_4Xo DIST 2: COMM. MISHKIN e, DIST 3: VIM SULTANOF e. DIST 4: COMM. ROBERTS_ yes __ _ 1 Ll 11 CITY OF TAMARAC CONTINUING ENGINEERING SERVICES AGREEMENT his Agreement, made and entered into and effective this day of 2001 by and between: City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida, with principal offices located at 7525 NW 88'" Avenue, Tamarac, Florida, hereinafter referred to as "City". and Miller Legg & Associates, Inc., a Florida corporation with principal offices located at 1800 N. Douglas Road, Suite 200, Pembroke Pines.FL 33024, hereinafter referred to as "Consultant". WITNESSETH: WHEREAS, City requires professional Engineering services on a continuing basis to perform such specific services as City may direct; and WHEREAS, Consultant has the professional experience and expert skill and is qualified to perform the required services; and WHEREAS, dConsultant Citnt isdwillin stooaccepts ch engagement upon such terms and conditions conditions; andbelow. and Consul 9 WHEREAS, The term of this Agreement is for a period of five (5) years, beginning the first day following execution by the City; and WHEREAS, City in accordance with Florida Statues Section 287.055, Consultants Competitive Negotiation Act, has selected "Consultant" to be most qualified to perform said continuing type services as City Consulting Engineer; NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending to be legally bound hereby, the parties agree as follows: SCOPE OF WORK City hereby engages Consultant as an independent contractor to perform certain services and Consultant hereby agrees to perform said services upon the terms and conditions hereinafter set forth. Standards of Design for work under this Agreement shall be those of the City of Tamarac, if available, which shall be revised as necessary by Consultant to meet the intent of the proposed projects. Consultant shall develop standards of design not available from City. Consultant shall perform Engineering services related to various miscellaneous projects as needed. Agreement - AE Services Miller Legg-dcc Each specific task to be performed shall be identified and described in detail by the Consultant and approved by the appropriate City officials, and if approved by City, shall be identified by a separate Job Number established by Consultant. The specific services which Consultant agrees to furnish and the terms and conditions for such services are as follows: A. ATTENDANCE AT MEETINGS. After City has issued a written authorization for a specific task, attendance by Consultant at any subsequent meetings related to that task shall be considered as part of that task. In addition, Consultant shall be subject to such provisions as may be contained in the task authorization. However, it is contemplated that from time to time City will desire that Consultant meet with representativgs of City and/or other organizations to discuss subjects not directly related to an already assigned task. Such meetings will include but not be limited to meetings at which Consultant's specialized knowledge is needed by City, or a meeting conducted to develop or disseminate criteria that will be needed by City in order to establish a new task, or a meeting at which Consultant is to act as a representative of City. However," in attendance at all required meetings and throughout the term of this Agreement, Consultant shall maintain independent contractor status. In order to minimize administration, attendance by Consultant at all such meetings shall be considered part of one continuing task. This Agreement shall be deemed as the written authorization for that task. However, Consultant shall not attend any particular meetings unless City has issued specific oral instructions that Consultant is to attend. The scope of work for each Job Number is defined to include not only attendance at authorized meetings but also any work needed to prepare for and/or submit reports concerning such meetings. All invoices for each Job Number will identify the specific meetings to which they apply. All fees for services on each Job Number will be compensated as defined in Section III.A, herein. 13, REVIIrW OF DEVELOPMENT PLANS. When requested by the City, Consultant shall review and comment to City on those developmental plans submitted to City which City determines will require either more Engineering expertise or more time than available to City's own Engineering staff. C. OTHER SERVICES. Upon determination by City that it is in need of Engineering services of one of the types listed below, it may itsue a separate written authorization to Consultant to perform said services. The types of service contemplated are: Special Reports and Studies 2. Assistance in securing, monitoring and complying with County, State, or Federal Grants and Permits. Engineering design, including preparing construction documents during bidding and award of contract, preparing a tabulation of the bids received, and providing a written recommendation for contract awards. Agreement - AE Services Miller Legg.dcc 4. Surveying property plats and descriptions. Assistance with CADD. g. Engineering services related to construction contracts, including but not necessarily limited to: review of shop drawings, consultation and interpretation concerning drawings and specifications, review of construction progress estimates, site visits and/or periodic or full time inspections, preparing construction change orders, approval of contractor's periodic pay request, final inspection, issuing completion certificate, and such other services as may be identified in the task authorization. 7. Otiier Engineering services City wishes Consultant to complete will be defined in a written authorization. Each such written authorization shall clearly define the services to be provided and shall be attached to this Agreement as an Addendum. Each Addendum shall be numbered in sequence and correlated with City's Capital Improvement Project Number and title, if applicable, date approved by City Commission, if required, and signed by City's and Consultant's representatives. Each Addendum, after execution by both parties to this Agreement, shall become a supplement to and a part of this Agreement. 8. Each written authorization shall include a description of the scope of services, time of completion and method of compensation for services. Approval by City Commission and/or signature by authorized representatives to City shall constitute authorization to proceed by the Consultant for services defined by that authorization. CITY FURNISHED ITEMS A. City shall designate in writing specific individuals, by title, who will be authorized to issue written' and/or oral instructions to Consultant concerning this Agreement. In the absence of specific designations, Consultant may assume that the City Manager or designee shall be so authorized and Agreement shall constitute the required written designation. B. City shall assist Consultant in obtaining all background information necessary for the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data, and physical facilities. C. City shall pay for all costs of publishing advertisements for bids; for obtaining permits and licenses that may be required by local, State or Federal authorities; and/or to secure the necessary land, easements, and rights -of -way. In order to expedite processing of an application for a permit or license, City may, in some instances, direct Consultant to act for City in paying a required fee. In such instances, City subsequently shall reimburse Consultant for any such fees. Agreement - AZ Semites Miller t_egg•dcc Ill. FEES AND PAYMENTS A. Each written proposal from Consultant for an individual task as required in Article 1 "Scope of Services' shall include specific information as to the type and magnitude of fees to be paid for that task. The type of fee contemplated is: Direct Hourly plus Direct Salary Costs and Reimbursement for Non -salary Costs. Salary Costs are defined to be actual direct hourly wages paid to Consultant's employees, computed by taking the annual salary and dividing by 2,080 hours per year plus applicable direct costs. This base hourly rate, limited to the work classifications as listed in Exhibit "A", and attached hereto, shall be used to calculate all times directly chargeable to any authorized assignment. Consultant's non -salary costs are defined as the costs incurred on or directly for the project, other than the Direct Salary Costs (as previously defined herein). Such non -salary costs shall be computed on the basis of actual purchase price for -items obtained from commercial sources and on the basis of usual commercial charges for items provided by Consultant. Non -salary costs shall include, but are not limited to, necessary transportation costs, including mileage at City's current rate per mile when Consultant's own automobiles are used outside Broward County; meals and lodging outside Broward County; laboratory tests analyses', long distance telephone and printing. B. METHOD OF PAYMENT. Payment as prescribed for services rendered by Consultant during the previous billing period shall be due and payable as of the date of invoice, and shall be paid by City no later than the forty fifth (45th) day after the date of invoice acceptance, unless some other mutually agreeable period of required payment is established in authorization for a specific task. Consultant shall submit monthly invoices to City through the appropriate or designated project manager. The Director or designee will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by City. As a minimum requirement, each invoice shall indicate original fee estimate, invoice date, amount of invoice, and estimated fees remaining. A summary shall be submitted by Consultant indicating each employee's name, employment classification and hours worked on the project for the invoice period. Acceptance of the final payment by Consultant shall be considered full release of all claims against City arising out of or by reason of the work done and materials furnished under this Agreement. IV. TIMES OF PERFORMANCE It is understood that this Agreement is a continuing contract, and that all terms contained herein shall remain in effect until changed by mutual agreement of the two parties. However, no work s�a!I be performed, and no payments shall be made, unless specifically authorized by separate wri"en cornm,,nication from City to Consultant, Agreement - AE Services Miller Legg.dec M except for oral authorizations regarding each Job Number. Each separate task authorization shall include information as to start and completion times for that task. MISCELLANEOUS PROVISIONS A. RECORDS/AUDITS. The Consultant shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Consultant agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day of the contract term. B. INSURANCE. Consultant agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations, now in effect or hereinafter enacted, during the term of this agreement that are applicable to Consultant, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Consultant shall indemnify and hold the City harmless from any damage resulting to it for failure of either Consultant or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Aggregate s1,000,000 Agreement - AE Services Miller t.egg•doc Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Consultant will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the tern of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. "Occurrence' form policies shall be required. Each carrier will give the City thirty-(30) days notice prior.to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured'. The Consultant's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability. City and Consultant waive all rights against each other and any of their respective directors, officers, agents, and employees, for damages caused by risks covered by property insurance during and after completion of the services. City waives subrogation against Consultant on all property and consequential loss policies carried by City on adjacent properties and under property and consequential loss policies purchased for the project after its completion. It -the policies of insurance referred to in this paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the owners of such policies will cause them to be so endorsed. Construction contractors, at the discretion of the City, may be required to provide (or City may provide) Owners' Protective Liability Insurance naming the City as a Named Insured and the Consultant as an additional insured, or, to endorse City and Consultant as additional insureds on construction contractor's liability insurance policies covering claims for bodily injuries and property damage. Construction contractors shall be required to provide certificates evidencing such insurance to the City and Consultant. Agreement - AE 5erdices Miller Legg-dcc C. INTERRUPTION POSTPONEMENT ABANDONMENT. In the event the work herein, or any part thereof, shall be abandoned due to circumstances which City considers to be in its own best interests, Consultant shall not be entitled to any further payment for such work, or any part thereof, beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee earned to such date. D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of Consultant. E. DISPUTES AND INTERPRETATION. In the event of any disputes as to the interpretation of the terms of this Agreement, the decision of City shall be final and may be enforced in a court of competent jurisdiction in the venue of Broward County, except as provided herein. City shall notify Consultant in writing of any decision City has rendered with regard to the interpretation of this Agreement. If Consultant disagrees with the decision of City, the dispute may be decided by arbitration at the City's discretion. F. RIGHTS IN DATA, COPYRIGHTS, DISCLOSURE. 1. Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representation. 2. Rights in Data. City shall have the full right to use all data developed pursuant to this Agreement for any official purpose permitted under Florida Statutes, including making it available to the general public. Such use shall be without any additional payment to or approval by Consultant_ All data prepared or furnished by Consultant (and Consultant's independent professional associates and Consultants) pursuant to this Agreement are instruments of service in respect of the project, and Consultant shall have the ownership and property interest therein whether or not the project is completed. City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any data developed or prepared under this Agreement. All data required to be sealed and signed by registered Professional Engineer in the State of Florida shall not be modified, changed, altered or used for other purposes than those intended without the express written permission of Consultant. G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws, ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this Agreement. H. SUBCONTRACTING. None of the work or services covered by this Agreement shall be subcontracted without the prior written approval of City. Some specialty sub -Consultant work is permissible wherein said services can be expeditiously and economically handled by local firms provided written permission is granted by City. Agreement - AE Services Myer Legg doc INDEPENDENT CONTRACTOR. CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. J. ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Consultant of its liability and obligation under this contract, and despite any such assignment, the City shall deal through the Consultant only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. K. SITE VISITS. Visits to the construction site and observations made by Consultant as part of the services shall not relieve the construction contractor(s) of its obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, nor shall the contractor(s) be relieved of responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. Such visits by Consultant are not to be construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. L. ONSITE MONITORING. Consultant's resident project representatives will make reasonable efforts to guard City against defects and deficiencies in the work of the contractor(s) and to help determine if the provisions of the Contract Documents are being fulfilled, Their day-to-day inspection will not, however, cause Consultant to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing in accordance with the Contract Documents. M. TIME OF PERFORMANCE. Consultant shall commence performance on each specific task authorization upon receipt of written Notice to Proceed from City. The work shall be completed in accordance with the schedule included in the authorization. N. OBLIGATIONS OF CITY TO CONSULTANT. City shall make available to Consultant all data in its possession regarding the existing facilities. This data shall include, but not be limited to: standards; specifications; policies; guides and Engineering reports, maps; plans; inventories; data, etc. City shall be responsible Ay-"rnent - AF Services Miller Legg.doc for all necessary approvals from all City of Tamarac departments, and administration of public meetings in City. Consultant shall prepare exhibits, displays, informational handouts, notes, minutes and shall assist City in conducting all meetings. O. MONITORING. Consultant's work shall be subject to the inspection and direction of City, which shall conduct periodic reviews with Consultant. Where Consultant's work is unsatisfactory to City, Consultant shall correct it at the direction of City and at no additional cost to City; however, it is incumbent upon City to notify Consultant immediately of any work deemed unsatisfactory. Consultant will indemnify City for any increased construction costs solely and proximately caused by negligence on the part of Consultant concerning any assigned project, less any betterment to City. P. EXTRA SERVICES. If extra services are required for satisfactory completion of the work or any phase thereof, and Consultant thereby necessarily incurs extra costs, Consultant may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, City shall not reimburse Consultant for any work or services performed after interruption, postponement or abandonment, which City deems to be in its best interest, provided City provides proper written notice to Consultant of such interruption, postponement or abandonment of the work. In such case, City shall pay only the costs of services rendered up to the time of such interruption, postponement or abandonment. O. CONSULTANT'S REPRESENTATIVE. Consultant will, at all times during the normal work week, designate or appoint one or more representatives of Consultant who are authorized to act on behalf of Consultant regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep City continually advised of such designation. R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the other pursuant to this Agreement, it must be given by written notice, hand delivered, or sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving notice to wit: For City: City Manager City of Tamarac 7525 Northwest 88th Avenue Tamarac, Florida 33321 With copy to: City Attorney At the same address as above Agreement - AE services Miller Legg.doc For Consultant Robert H. Miller, President Miller Legg & Associates, Inc. 1800 North Douglas Rd., Suite 200 Pembroke Pines, FL 33024 S, TERMINATION OF AGREEMENT. City or Consultant may terminate this Agreement by giving 30 days prior written notice to the other party. In such event, City shall forthwith pay Consultant in full for all work previously authorized and performed prior to the date upon which written notice of termination has been sent. Consultant's right of termination shall not be construed to preclude any action by City for damages against Consultant should Consultant not fully perform Consultant's ?esponsibilities and duties pursuant to this Agreement. In no case shall City be liable for damages to Consultant as a result of City's termination of this Agreement, in an amount in excess of actual costs incurred by Consultant in performing work previously authorized and fully performed prior to the date on which notice of termination is sent by City. T. NON-EXCLUSIVE AGREEMENT. City reserves the right to contract other Engineering firms as Consulting Engineers pursuant to the Consultant's "Competitive Negotiation Act of Florida". Nothing in this Agreement alters or cancels the terms and conditions or prior agreements for Engineering services between these parties or between City and any other Engineering firms. U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify and hold harmless the City of Tamarac, its officers, elected officials, agents or employees acting within the scope of their employment from any suit, claim, liability, loss or damage (including reasonable attorney's fees) to the extent caused by Consultant's negligent acts, errors or omissions associated with Consultant's duties and responsibilities pursuant to this Agreement. V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings prepared by Consultant, or on Consultant's behalf, are accurate, capable of being implemented and may be relied upon by any Contractor retained by City. W. PROFESSIONAL RESPONSIBILITIES OF CONSULTANT. Consultant will exercise reasonable skill, care, and diligence in the performance of Consultant's services and will carry out its responsibilities in accordance with customarily accepted professional Engineering practices. If Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, the professional Engineering services necessary to correct errors and omissions which are caused by Consultant's failure to comply with this standard and which are reported to Consultant within one year from the completion of services- 1 p Agreement - AE Services %i ller Legg-doc X. ATTORNEYS' FEES. In the event of litigation, the prevailing party will be entitled to reimbursement of attorney fees. Y. CHANGES AND FORCE MAJEURE. In the event that a change in City provided information, change in law, or event of force majeure affects the Work or increases Consultant's costs, Consultant shall be entitled to a change to the Work and an equitable adjustment in the contract price and time of performance, as appropriate. Consultant shall propose in writing a change to the Work and an equitable adjustment in the Contract Price due to any such change, and City shall accept or dispute such proposal in writing within fifteen (15) days of receipt of Consultant's proposal. Z. PROHIBITION AGAINST CONTINGENT FEES. The professional Engineer warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the professional Engineer to solicit or secure this agreement and that he has not paid or agreed to pay any person or company, corporation individual, or firm, other than a bona fide employee'working solely for the professional Engineer any, fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For any breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. AA. MODIFICATIONS. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and with equal dignity herewith. Such modification or amendment shall be attached to, and shall thereupon become a part of this Agreement. BB. AUTHORIZING ACTION. This Agreement is entered into by C' pursuant to a Resolution of the City Commission passed at a meeting held on 2001. 11 Agreement - Aw Ser,jCeS M1Iler Legg•doc IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first written above. CITY OF TAMARAC a Florida Municipal Corporation ATTEST: r By: By: � e Marion Sw nson, CIVIC / e Schreiber, Mayor City Cleric Date: By: 1.I"T .L., Jeffrey ill , City Manager ATTEST: ( orporate Secretary Dan 4 cretary Type/Print Name of Corporate Secy. (CORPORATE SEAL) Date: MILLER LEGG A $4 (Signature of TES. Inc . 4 D' g ce President Type/print Name and Title Date: 06/28/2001 12 Agreement - AE Services Miller Legg doc I CORPORATE ACKNOWLEDGEMENT STATE OF Florida COUNTY OF�ii . a — The foregoing instrument was acknowledged before me this 2 8 th day of June , 2C 01 byo av i d L . John,-- P . E - , (name of officer or agent, title Sr. vice President of officer or agent) of MILLS LEGG ASSOCIATES ( me of corporation acknowledging), IV a Florida state or lace of incorporation corporation on bealf of the corporation. Signature of Notary Public — State of Florida Printed, typed/stamped name of Notary Public Exactly as commissioned Personally known by me, or ❑ Produced identification: (Type of identification produced) 0 Did take an oath, or MDid not take an oath :•ti ff_ 9arbaru L Hcn en ?; MTCGYh;SSIG'41 6 Ciflr''j 'L*i9�9 v ' Cctokr 19. 2Gu3 13 Agreement - AE Services Miller Legg.doc CERTIFIED RESOLUTION I, pan A. T i n t n e r , P.E. (Name), the duly elected Secretary of 11er, Legg &, Assoc,,TnS'_ (Corporate Title), a corporation organized and existing under i the laws of the State of rids do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT David L. John, P.E. (Name)", the duly elected „ ;r �;�� �� C ; .� o„� _ (Title of Officer) of Mille (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE .- • Given under my hand and the Seal of the said corporation this lath _ day of .T n n_e 2%, (SEAT_) By: Secretary MillerAss)c. Inc. Corporate Title -NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 1 ENGINEERS • SURVEYORS R MAPPERS • PLANNERS • LANDSCAPE ARCHITECTS • GIS • ENVIRONMENTAL PROFESSIONALS ER Corporate ONke: 1800 North Douglas Rood • Sulte 200 • Pembroke Mes, FL 33024-3200 (954) 436-7000 • Fax: (954) 436-8664 • www.minedegg.comNo, EV a ASSOCIATl3. INc 2001 HOURLY RATE SCHEDULE TITLE HOURLY RATE Administrative $ 45 Technical Assistant $ 50 CAD Technician $ 60 Field Representative $ 60 Senior Field Representative $ 70 Technician $ 70 GIS Data Processor $ 75 Senior CAD Technician/Landscape Designer ° $ 75 Environmental Scientist/Risk Management Specialist $ 75 Director of Field Services $ 85 Project Engineer/Surveyor/Landscape Architect/Designer $ 85 Regulatory Coordinator $ 85 Survey Field Party (Portal to Portal) $ 95 GIS Specialist $ 95 Senior Project Engineer/Senior Environmental Scientist $ 95 Project Manager/Licensed Surveyor $100 Senior Project Manager/GIS Coordinator $125 Engineering/Planning/Surveying Director $140 GPS Field Party (Portal to Portal) $150 Principal $175 Senior Principal $215 NOTE: These rates are subject to change after January 1, 2002 DocumanQ Wellincrtcn, FL f5611798.9981 Crcndc, FL (4C71 926-4 :'- ENGINEERS - SURVEYORS • MAPPERS - PLANNERS • LANDSCAPE ARCHITECTS - GIS - ENVIRONMENTAL PROFESSIONALS ER Corporate office: 1800 North Douglas Road • suite 20o - Pembroke Pines. FL 33024-3200 �L� +� (954) 436-7000 - Fax: ,h„ (954) 436-8664 • W.MllkX$099.COM ro E K AffOC1Ai(S, IHC -celeDrCling 35 Yews" MILLER, LEGG & ASSOCIATES, INC. Standard Reimbursable Expense Rates Effective January 1, 2001 In-house Expenses Courier Mileage (per mile) Copies Blueprints Mylars Postage Vellums Fax Transmissions Official Record Docs at cost per city rate $0.15 $2.20 $7.00 $0.34 $5.50 $1.00 $1.00 CITY OF TAMARAC CONTINUING ENGINEERING SERVICES AGREEMENT This Agreement, made and entered into and effective this day of 2001 by and between: City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida, with principal offices located at 7525 NW 88"' Avenue, Tamarac, Florida, hereinafter referred to as "City". and Mathews Consulting Inc., a Florida corporation with principal offices located at 1601 Belvedere Road, Suite 215 South, West Palm Beach FL 33406, hereinafter referred to as "Consultant". WITNESSETH: WHEREAS, City requires professional Engineering services on a continuing basis to perform such specific services as City may direct; and WHEREAS, Consultant has the professional experience and expert skill and is qualified to perform the required services; and WHEREAS, City desires to engage Consultant upon the terms and conditions set forth below, and Consultant is willing to accept such engagement upon such terms and conditions; and WHEREAS, The term of this Agreement is for a period of five (5) years, beginning the first day following execution.by the City; and WHEREAS, City in accordance with Florida Statues Section 287.055, Consultants Competitive Negotiation Act, has selected "Consultant" to be most qualified to perform said continuing type services as City Consulting Engineer; NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending to be legally bound hereby, the parties agree as follows: SCOPE OF WORK City hereby engages Consultant as an independent contractor to perform certain services and Consultant hereby agrees to perform said services upon the terms and conditions hereinafter set forth. Standards of Design for work under this Agreement shall be those of the City of Tamarac, if available, which shall be revised as necessary by Consultant to meet the intent of the proposed projects. Consultant shall develop standards of design not available from City. Consultant shall perform Engineering services related to various miscellaneous projects as needed. Agreement • AE services Mathews Consulting.doc Each specific task to be performed shall be identified and described in detail by the Consultant and approved by the appropriate City officials, and if approved by City, shall be identified by a separate Job Number established by Consultant. The specific services which Consultant agrees to furnish and the terms and conditions for such services are as follows: A. ATTENDANCE AT MEETINGS. After City has issued a written authorization for a specific task, attendance by Consultant at any subsequent meetings related to that task shall be considered as part of that task. In addition, Consultant shall be subject to such provisions as may be contained in the task authorization. However, it is contemplated that from time to time City will desire that Consultant meet with representatives of City and/or other organizations to discuss subjects not directly related to an already assigned task. Such meetings will include but not be limited to meetings at which Consultant's specialized knowledge is needed by City, or a meeting conducted to develop or.disseminate criteria that will be needed by City in order to establish a new task, or a meeting at which Consultant is to act as a representative of City. However, in attendance at all required meetings and throughout the term of this Agreement, Consultant shall maintain independent contractor status. In order to minimize administration, attendance by Consultant at all such meetings shall be considered part of one continuing task. This Agreement shall be deemed as the written authorization for that task. However, Consultant shall not attend any particular meetings unless City has issued specific oral instructions that Consultant is to attend. The scope of work for each Job Number is defined to include not only attendance at authorized meetings but also any work needed to prepare for and/or submit reports concerning such meetings. All invoices for each Job Number will identify the specific meetings to which they apply. All fees for services on each Job Number will be compensated as defined in Section III.A. herein. B. REVIEW OF DEVELOPMENT PLANS. When requested by the City, Consultant shall review land comment to City on those developmental plans submitted to City which City determines will require either more Engineering expertise or more time than available to City's own Engineering staff. C. OTHER SERVICES. Upon determination by City that it is in need of Engineering services of one of the types listed below, it may issue a separate written authorization to Consultant to perform said services. The types of service contemplated are: 1. Special Reports and Studies 2. Assistance in securing, monitoring and complying with County, State, or Federal Grants and Permits. 3. Engineering design, including preparing construction documents during bidding and award of contract, preparing a tabulation of the bids received, and providing a written recommendation for contract awards. Ay^reennerit - AE Services Mathews ConsuttingAcc 4. Surveying property plats and descriptions. 5. Assistance with CADD. 6. Engineering services related to construction contracts, including but not necessarily limited to: review of shop drawings, consultation and interpretation concerning drawings and specifications, review of construction progress estimates, site visits and/or periodic or full time inspections, preparing construction change orders, approval of contractor's periodic pay request, final inspection, issuing completion certificate, and such other services as may be identified in the task authorization. 7. Other Engineering services City wishes Consultant to complete will be defined in a written authorization. Each such written authorization shall clearly define the services to be provided and shall be attached to this Agreement as an Addendum. Each Addendum shall .be numbered in sequence and correlated with City's Capital Improvement Project Number and title, if applicable, date approved by City Commission, if required, and signed by City's and Consultant's representatives. Each Addendum, after execution by both parties to this Agreement, shall become a supplement to and a part of this Agreement. 8. Each written authorization shall include a description of the scope of services, time of completion and method of compensation for services. Approval by City Commission and/or signature by authorized representatives to City shall constitute authorization to proceed by the Consultant for services defined by that authorization. II. CITY FURNISHED ITEMS A. City shall designate in writing specific individuals, by title, who will be authorized to issue written and/or oral instructions to Consultant concerning this Agreement. In the absence of specific designations, Consultant may assume that the City Manager or designee shall be so authorized and Agreement shall constitute the required written designation. B. City shall assist Consultant in obtaining all background: information necessary for the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data, and physical facilities. C. City shall pay for all costs of publishing advertisements for bids; for obtaining permits and licenses that may be required by local, State or Federal authorities; and/or to secure the necessary land, easements, and rights -of -way. In order to expedite processing of an application for a permit or license, City may, in some instances, direct Consultant to act for City in paying a required fee. In such instances, City subsequently shall reimburse Consultant for any such fees. 3 A;raement AY Services Mathews Conyutting.doc III. FEES AND PAYMENTS A. Each written proposal from Consultant for an individual task as required in Article 1 "Scope of Services" shall include specific information as to the type and magnitude of fees to be paid for that task. The type of fee contemplated is: Direct Hourly plus Direct Salary Costs and Reimbursement for Non -salary Costs. Salary Costs are defined to be actual direct hourly wages paid to Consultant's employees, computed by taking the annual salary and dividing by 2,080 hours per year plus applicable direct costs. This base hourly rate, limited to the work classifications as listed in Exhibit "A", and attached hereto, shall be used to calculate all times directly chargeable to any authorized assignment. Consultant's non -salary costs are defined as the costs incurred on or directly for the project, other than the Direct Salary Costs (as previously defined herein). Such non -salary costs shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by Consultant. Non -salary costs shall include, but are not limited to, necessary transportation costs, including mileage at City's current rate per mile when Consultant's own automobiles are used outside Broward County; meals and lodging outside Broward County; laboratory tests analyses; long distance telephone and printing. B. METHOD OF PAYMENT. Payment as prescribed for services rendered by Consultant during the previous billing period shall be due and payable as of the date of invoice, and shall be paid by City no later than the forty fifth (45th) day after the date of invoice acceptance, unless some other mutually agreeable period of required payment is established in authorization for a specific task. Consultant shall submit monthly invoices to City through the appropriate or designated project manager. The Director or designee will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by City. As a minimum requirement, each invoice shall indicate original fee estimate, invoice date, amount of invoice, and estimated fees remaining. A summary shall be submitted by Consultant indicating each employee's name, employment classification and hours worked on the project for the invoice period - Acceptance of the final payment by Consultant shall be considered full release of all claims against City arising out of or by reason of the work done and materials furnished under this Agreement. IV. TIMES OF PERFORMANCE It is understood that this Agreement is a continuing contract, and that all terms contained herein shall remain in effect until changed by mutual agreement of the two parties. However, no work shall be performed, and no payments shall be made, unless specifically authorized by separate written communication from City to Consultant, Agreement - AE Services Mathews Consulting doc 0 except for oral authorizations regarding each Job Number. Each separate task authorization shall include information as to start and completion times for that task. MISCELLANEOUS PROVISIONS A. RECORDS/AUDITS, The Consultant shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Consultant agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day of the contract term. B. INSURANCE. Consultant agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations, now in effect or hereinafter enacted, during the term. of this agreement that are applicable to Consultant, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. , Consultant shall obtain at Consultant's expense all necessary -insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Consultant shall indemnify and hold the City harmless from any damage resulting to it for failure of either Consultant or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultaht agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability 51,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Aggregate $1,000,000 Agreement - AG Services Mathews Ccnsulting.doc Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Consultant will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida- "Occurrence" form policies shall be required. Each carrier will give the City thirty-(30) days notice prior to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Consultant's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, :at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability. City and Consultant waive all rights against each other and any of their respective directors, officers, agents, and employees, for damages caused by risks covered by property insurance during and after completion of the services. City waives subrogation against Consultant on all property and consequential loss policies carried by City on adjacent properties and under property and consequential loss policies purchased for the project after its completion. It the policies of insurance referred to in this paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the owners of such policies will cause them to be so endorsed. Construction contractors, at the discretion of the City, may be required to provide (or City may provide) Owners' Protective Liability Insurance naming the City as a Named Insured and the Consultant as an additional insured, or, to endorse City and Consultant as additional insureds on construction contractor's liability insurance policies covering claims for bodily injuries and property damage. Construction contractors shall be required to provide certificates evidencing such insurance to the City and Consultant. 6 Agreement - AE Services Mathews Censulting.dcc C. INTERRUPTION POSTPONEMENT ABANDONMENT. In the event the work herein, or any part thereof, shall be abandoned due to circumstances which City considers to be in its own best Interests, Consultant shall not be entitled to any further payment for such work, or any part thereof, beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee eamed to such date. D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of Consultant. E. DISPUTES AND INTERPRETATION. In the event of any disputes as to the interpretation of the terms of this Agreement, the decision of City shall be final and may be enforced in a court of competent jurisdiction in the venue of Broward County, except as provided herein. City shall notify Consultant in writing of any decision City has rendered with .regard to the interpretation of this Agreement. If Consultant disagrees with the decision of City, the dispute may be decided by arbitration at the City's discretion.. F. RIGHTS IN DATA COPYRIGHTS DISCLOSURE. 1. Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representation. 2. Rights in Data. City shall have the full right to use all data developed pursuant to this Agreement for any official purpose permitted under Florida Statutes, including making it available to the general public. Such use shall be without any additional payment to or approval by Consultant. All data prepared or fumished by Consultant (and Consultant's independent professional associates and Consultants) pursuant to this Agreement are instruments of service in respect of the project, and Consultant shall have the ownership and property interest therein whether or not the project is completed. City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any data developed or prepared under this Agreement. All data required to be sealed and signed by registered Professional Engineer in the State of Florida shall not be modified, changed, altered or used for other purposes than those intended without the express written permission of Consultant. G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws, ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this Agreement. H. SUBCONTRACTING. None of the work or services covered by this Agreement shall be subcontracted without the prior written approval of City. Some specialty sub -Consultant work is permissible wherein said services can be expeditiously and economically hard'ed by local firms provided written permission is granted by City. Agreement - AE Servicas Mathews Consutting.doc INDEPENDENT CONTRACTOR. CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. J. ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Consultant of its liability and obligation under this contract, and despite any such assignment, the City shall deal through the Consultant only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. K. SITE VISITS. Visits to the construction site and observations made by Consultant as part of the services shall not relieve the construction contractor(s) of its obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, nor shall the contractor(s) be relieved of responsibility for all construction means, methods, techniques, sequences,, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. Such visits by Consultant are not to be construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. L. ONSITE MONITORING. Consultant's resident project representatives will make reasonable efforts to guard City against defects and deficiencies in the work of the contractor(s) and to help determine if the provisions of the Contract Documents are being fulfilled. Their day-to-day inspection will not, however, cause Consultant to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing in accordance with the Contract Documents. M. TIME OF PERFORMANCE. Consultant shall commence performance on each specific task authorization upon receipt of written Notice to Proceed from City. The work shall be completed in accordance with the schedule included in the authorization. N. OBLIGATIONS OF CITY TO CONSULTANT. City shall make available to Consultant all data in its possession regarding the existing facilities. This data shall include, but not be limited to: standards; specifications; policies; guides and Engineering reports, maps; plans; inventories; data; etc. City shall be responsible 8 A; -cement - AE Sarvlces Mathaws Consutting.doc for all necessary approvals from all City of Tamarac departments, and administration of public meetings in City. Consultant shall prepare exhibits, displays, informational handouts, notes, minutes and shall assist City in conducting all meetings. O. MONITORING. Consultant's work shall be subject to the inspection and direction of City, which shall conduct periodic reviews with Consultant. Where Consultant's work is unsatisfactory to City, Consultant shall correct it at the direction of City and at no additional cost to City; however, it is incumbent upon City to notify Consultant immediately of any work deemed unsatisfactory. Consultant will indemnify City for any increased construction costs solely and proximately caused by negligence on the part of Consultant concerning any assigned project, less any betterment to City. P. EXTRA SERVICES. If extra services are required for satisfactory completion of the work or any phase thereof, and Consultant thereby necessarily incurs extra costs, Consultant may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, City shall not reimburse Consultant for any work or services performed after interruption, postponement or abandonment, which City deems to be in its best interest, provided City provides proper written notice to Consultant of such interruption, postponement or abandonment of the work. In such case, City shall pay only the costs of services rendered up,to the time of such interruption, postponement or abandonment. Q. CONSULTANT'S REPRESENTATIVE. Consultant will, at all times during the normal work week, designate or appoint one or more representatives of Consultant who are authorized to act on behalf of Consultant regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep City continually advised of such designation. R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the other pursuant to this Agreement, it must be given by written notice, hand delivered, or sent by certified United States mail, with return receipt requested, addressed to the party for'whom it is intended, at the place last specified, and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving notice to wit: For City: City Manager City of Tamarac 7525 Northwest 88th Avenue Tamarac, Florida 33321 With copy to: City Attorney At the same address as above Agreeme^,t - Ac Services Mathews Consuttlnfl.doc For Consultant Rene L. Mathews, P.E., President Mathews Consulting, Inc. 1601 Belvedere Rd., Suite 215 South West Palm Beach, FL 33406 S, TERMINATION OF AGREEMENT. City or Consultant may terminate this Agreement by giving 30 days prior written notice to the other party. In such event, City shall forthwith pay Consultant in full for all work previously authorized and performed prior to the date upon which written notice of termination has been sent. Consultant's right of termination shall not be construed to preclude any action by City for damages against Consultant should Consultant not fully perform Consultant's responsibilities and duties pursuant to this Agreement. In no case shall City be liable for damages to Consultant as a result of City's termination of this Agreement, in� an amount in excess of actual costs incurred by Consultant in performing work previously authorized and fully performed prior to the date on which notice of termination is sent by City. , T. NON-EXCLUSIVE AGREEMENT. City reserves the right -to contract other Engineering firms as Consulting Engineers pursuant to the Consultant's "Competitive Negotiation Act of Florida". Nothing in this Agreement alters or cancels the terms and conditions or prior agreements for Engineering services between these parties or between City and any other Engineering firms. U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify and hold harmless the City of Tamarac, its officers, elected officials, agents or employees acting within the scope of their employment from any suit, claim, liability, loss or damage (including reasonable attorney's fees) to the extent caused by Consultant's negligent acts, errors or omissions associated with Consultant's duties and responsibilities pursuant to this Agreement. ' V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings prepared by Consultant, or on Consultant's behalf, are accurate, capable of being implemented and may be relied upon by any Contractor retained by City. W. PROFESSIONAL RESPONSIBILITIES OF CONSULTANT. Consultant will exercise reasonable skill, care, and diligence in the performance of Consultant's services and will carry out its responsibilities in accordance with customarily accepted professional Engineering practices. if Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, the professional Engineering services necessary to correct errors and omissions which are caused by Consultant's failure to comply with this standard and which are reported to Consultant within one year from the completion of services. 10 Ayreerient -AE Servicas Mathews Consulting.doc X. ATTORNEYS' FEES. In the event of litigation, the prevailing party will be entitled to reimbursement of attomey fees. Y. CHANGES AND FORCE MAJEURE. In the event that a change in City provided information, change in law, or event of force majeure affects the Work or increases Consultant's costs, Consultant shall be entitled to a change to the Work and an equitable adjustment in the contract price and time of performance, as appropriate. Consultant shall propose in writing a change to the Work and an equitable adjustment in the Contract Price due to any such change, and City shall accept or dispute such proposal in writing within fifteen (15) days of receipt of Consultant's proposal. Z. PROHIBITION AGAINST CONTINGENT FEES. The professional Engineer warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the professional Engineer to solicit or secure this agreement and that he has not paid or agreed to pay any person or company, corporation individual, or firm, other than a bona fide employee working solely for the professional Engineer any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the, award or making of this Agreement. For any breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. AA. MODIFICATIONS, It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and with equal dignity herewith. Such modification or amendment shall be attached to, and shall thereupon become a part of this Agreement. BB. AUTHORIZING ACTION. This Agreement is entered into by C' pursuant to a Resolution of the City Commission passed at a meeting held on 2001. ' -Liu 11 A;-eement - P.` servicas Mathews Corsulting.doc IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first written above. CITY OF TAMARAC a Florida Municipal Corporation ATTEST: r By: - By: Marion Swerlson, CMC a Schreiber, Mayor City Clerk . . Date: Jeffrey Umiffer, City Manager /-} Date: 7 1 / 6 — O / Mitchell S. Kraft Date: ATTEST: (Corporate Secretary David L. Mathews Type/Print Nanne of Corporate Secy. (CORPORATt SEAL) Mathews Consulting, Inc. (A thorized Signature) Rene L. Mathews President Type/Print Name and Title Date: U - l5,C) l 12 Agreement - AE Services Mathews Consulting-doc CORPORATE ACKNOWLEDGEMENT STATE OF_--, COUNTY OF_&i(_ k The foregoing instrument was acknowledged before me this day of 2g01 by Rene L. Mathews, President (name of officer or agent, title of officer or agent) of Mathews Consulting, Inc. (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. Sign ture of Vdary Public -- Statb of rida � « Narxy ArM*" * * W COMMiukpn CCO14476 Printed, typed/stamped name of Notary Public E4Sr" F&bruury21, 2104 Exactly as commissioned 21''ersonally known by me, or ❑ Produced identification: (Type of identification produced) In/Did take an oath, or ❑ Did not take an oath 13 Agreement - AE Services Mathews Consutting.doc I, D vid L. Mathews the duly elected Secretary of a corporation organized and existing under the laws of the State of Florida do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. IT IS HEREBY RESOLVED THAT _ Rene L. Mathews the duly elected President__ of Mathews Consulting. Inc. be and is hereby authorized to execute and submit a Bid and Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by himfher shall be binding upon the said corporation as its own acts and deeds.. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or crowing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME Rene L. Mathews David L. Mathews TITLE President Vice President FtL %N ,.�.. Given and my hand and the Seal of the said corporation this i-- day of 2001 (SEAL) IT i Secretary -- .I 1014=1 MATHEWS CONSULTING tINCEA-ifoomesta* EXHIBIT .A Billable Rate Schedule for City of Tamarac Direct Hourly Rates Principal Engineer ............................................... $125.00 per hour Senior Engineer — Level U...................................$110.00 per hour Engineer — Level I ............................................... $85.00 per hour Construction Inspector ......................................... $75.00 per hour C.A-DD Designer...................................................$80.00 per hour Technician............................................................ $50.00 per hour Clerical.................................................................$45.00 per hour Reimbursable h2menses Reimbursable Expenses, including printing, postage, transportation costs (including mileage), meals/lodging, laboratory tests analysis, and long distance telephone, are billed on a direct cost basis. Subconsultant Costs . Subconsultant charges shall be billed on a direct cost basis plus 10% administration fee. :tifathews Consulting, Inc. • 1601 Belvedere Road, Suite 215S • West Palm Beach. FL 33406 1561-418-T961 • F= 561-418-7964 .-571WITM7 CERTIFICATE OF INSI RSA NCE ... ; - - •. L DATE IMM1DDrYY) 11 8/15/01 TWIS CLRTMCATS 1S LSStIPD AS A MATTER OF D( ORS ATION ONLY Alm Collinsworth, Alter, Nielson, COM= No 1UQWT3 UION THE C XIMCATE HOLDER. THIS CERTIFICATE DOES NOT AbUM. LXTEND OR ALTER TEEN COYERACE AFTORD= BY SHE POLICIES BELOW Fowler & Dowling,lnc.(WMC/DIA) COMPANIES AFFORDING COVERAGE 5979 NW 151, Street, Suite 105 COMPANY Miami Lakes, FL 33014 LE`rrER A Lloyds of London Mathews Consulting, Inc. Attn: Rene Mathews 1601 Belvedere Road #215S West Palm Beach FL 33408 COMPANY 11rTLE' D D COMPANY LETTER C EHI COMPANYLAT= D COMPANY LL'TrEx r IS TO CERTIFYTHAT THfi POLICIES OF WSURANCi LISLIw RRI.Ow HAYS 11$= ISSUED TO THS INSURLPNAMED AAOVX FOR TIM POLICY PERIOD CATED. NOTWIT11STANDINC ANY Mtt>RE?tR2 T. I RM OR COMMON OV ANY CONTRACT OR OTXIF]t. DOCLDUM WIM RESPECT TO WHICH ILLS TI} 1cATt AtAY at tS5VEb OR MAY "MTAIN, THE 2MTANCZ A7YOROWD BY THE POLICES DCSCSIAW 1 UUN LS SLM=CT TO ALL TLLE TMNS. LUSIONS AND CONDITIONS OF SUCH POLICIES. LWI S SSOWN MAY HAVE BEEN IMUCID 1Y PAID CLAIMS.TYPE OF (ASIlRANCR PDIICY ftI!►FIR LILY POLICY EXY. m!� DATE 04UIilDPrYY) I DATE LMbi/bb/YY) GENERAL LIAAbSrY GENERAL ACCRECATE coKm. CzxERAL LIABmm PROD-COMP/OP ACC. CLAIMS MADE uOCC. ' PERS. A ADV. LICURY OWNER'S i CONTRACT'S PROT EACH OCCUR$.XM= FIRE DAMAGE(Ow Fbm) M D. T". (Ont Ptr) AUTOMOAIL E LLABLLr1'Y COMARPED SCiCtX ANY AUTO ALL OWNED AUTOS BODILY INJURY SCHEDULED AR70S (F'Cr Damn) HIRED ADIOS BODILY INIURY IPsr •eddeot) NON -OWNED AUTOS GARAGEL1AamrrY - PRDPERTY PADLACE EXCESS I-A21I3.I71 EACIL OCCURRENCE LMBREIIA FORA � ACCRECAT'S OTHER THAN UMBRELLA FORM woRKE LS' COMPENSATIO`( AND 0,RPLOYER'S LLABILI•M A oil tlx P62601 Professional Liability claims -made form DESCRn-noN Of OP13 ATtONSrLOCATtO%--e/YEHICLY-VSPECLAL riTMS City of Tamarac 7525 NW 887H Avenue Tamarac, FL 33321-2401 5/01101 1 5/01 /03 S'rATL-rORY LrS EACH ACCIDENT DISEASE -POLICY LDtIT DLSFASE-EACIL EMP. 11,000,000 limits each Glaim and annual aggregate CANCELLATION SILOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CA`1CSLLED BEFORE THE EXPIRATION DATE THEREOF, THE tMTNG COM1(PA.ti'Y WILL ENDEAVOR TO MALL _a�L_ DAYS WyUT 'i tiOTICE TO TM MTMCATE HOLDER. >(,LN= TO tE Un, avr FAILURE TO HAIL SUCH NOTICE SHALL. LMpOSE 140 OBLICATIO`( OR LUA.BLLrrY OF ANY KIND UPON nM CONR7A_Ny' ITS ,CE,YCS OR REYR:SEN7ATM1'£S• At, -OARED ACORD =,5-S (7/90) 4- IJATCI&AWKLYY+O Q� V•�:E :.:ii71Tr3::.::•: D6 19 O1 ............. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE H=M THi3 CERTIFICATE DOES NOT AMEND, E)CrEND OR m:A2-j 1LCIlC/iF]LASTi Cx ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. y t 8t, Stu. 2600 St. Louis No 63101-2500 COMPANIES AFFOROINGCOVERAGE COLHPANY A gartiord Insurance Company MSURCO CO►PAHY B COWANY )(&thew$ Consulting, Inc. C 1601 Belvsdar• RO&d. Sta 215 0 COUPAHY West p&-im Saach YY, 33406 D TILE POUC= OF DdI ANCE LISTED 116601N LiAVE 11EEN ISSUED TO THE MSLiiEp ILAIIED ALCh'1: FOR 7Ol 7145 4 TO CEMV-f T►iAT INOICATUO. NOTWTr S7ANONG ANY REDUVtELj0IT, TERM OR COHDMDN OF ANY CONTPACf OR OT►+ M O0CLXm4Xf **" RESPELT TO WM" THIS CERTIFICATE MAY OR *SUED OR MAY PCRTAIN, THE MSLOV24CE AFFOR060 SY THE POLICES DMMO HOZEd IS WMCT TO AIL. THE TERL�,4, E CIUS30N3 AND CONOTTION$ OF SUCH POUCS]k UMrrM SHOWN µAY HAVi iEf.N RLVMW •Y PAID CLAN& POLICY r.FFECTMa POLICY E GmAT10H um"s COR TypeOF 01SVRANC! POLICY tanAm R DATE C► VAVVY) OA'M P AKO" LT DEl1FTHALAGGftGATi 32,000,000 GtHERAL L"XM AL X commERGLALGENERA.L"LT(Y 948BXGQ0599 11/01/00 11/01/01 Ppomnn•Ccwr10PAGG $2,000,000 • CLAW MADE Q OCCUIe PERSONAL A AW vL1 M $ 1, 000,000 OwNER•BLCOHTiLALTORSPPAT EACHOCCL*tRiNCE 11,000,000 FWDAMAGE(Any avfm) ill,000,000 LED F" (Any ant pemn) S 10 , 00 0 A TCUOGiLM L'AaR Y CO►HDHMEO SINGLE L"T $ 1, 0 0 0, 0 0 0 ]L Y ANY AUTO a4UYVLTA795a 11/01/00 11/01/?1 ALL OWNED AUTOS i EOOLYWtM S 5CHEOULED AUTOS Y "riO ,SOS lOaLY *UURY S (" ft) Y N0N-0WHLDAUTO$ _ _ PRCPERTY OAMAC•t I S AUTO ONLY - EA ACGOENT i GARAGE LUyLITY - - OTHER THMN AUTO ONLY" I ANY AUTO EACHACCIDENT i AGGREGATE 6 EACtf OCCURREHGS S EXCE39 L W K [TY AGGREGATE f ,L%, LLA FORH.1 OTHER THAN UUBRELLA FORM - X jr 4y A O µ•.•.:.•::•.::_.; :.•.:-.•:::.:•:.•• WORKEIy OOMPENSAT)ON ANfl ELCLOYERT LM UT/ I EL EACH ACCIDENT A THEPRCMQTOR! X tNC:L 84WBVJX6198 11/01/00 11/01/01 HiIpSF.L.fs•PDLICYLIMIT S 50Q, 0QQ PARTHERSIDZ-CLMvE El pSEA3E • [A EWIOYF� S 1 O D, 0 O O OFFICERS ARE: EJICL OTHER OESCALVT QH OF OPERATIONS&OCAT)&H&VENCLE&SPECVAL TTEUS R OA SUBROGATION CITY OF AVORSINCLUDED JL9 OF CbRTA0LD3R $ORIONAL 1iORXU CL�TIr1CATE Yldi C]Efi::'-:'::.:.: -' :::`.>:-:•:':-:::::`.::::::::.:::::<'::,:;::::•, :::..:: .. . ........ .. ..... - .. 6E p ANT OF TY A20vf OEscamEO POL1CiES 4f GwCELIFD FCFRE THE TSAR.R E,'t•/1RAT: DATE THEXECF, T1iE bSUNG CJDWANY W" ENDCAYOR TO rlA4 30 GAYS W RTTEN '+OT:Cf TO " 1+E CERTIF CAT~a HOLOER NAMED TO THE LEFT. BUT FA?LtARc TO "I. SUCH NCT�C£ SHALL tAWOSE NO 08L'GAT)011 OR L4A8�IT'T CITY OP TAMARAC OF ANY K:ND I:PON Tr%E CPA N, fTS ACENT3OR UpAESENTATN" 7 5 2 5 %r4 8 S TH nvXyvs TAIKA RAC FL 3 3 3 21- 2 4 f)1 Q P4`�� .. .•..: �,�•'`. . aCOR� 25-5 Ct�JS) '.:: '. ::. :. ::.: ...:.. _. ; :::• ... :: . CITY OF TAMARAC CONTINUING ENGINEERING SERVICES AGREEMENT This Agreement, made and entered into and effective this day of 2001 by and between: City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida, with principal offices located at 7525 NW 881" Avenue, Tamarac, Florida, hereinafter referred to as "City". ' and Eckler Engineering, Inc. a Florida corporation, with principal offices located at 9381 W. Sample Road, Coral Springs FL 33065, hereinafter referred to as "Consultant". WITNESSETH: WHEREAS, City requires professional Engineering services on a continuing basis to perform such specific services as City may direct; and WHEREAS, Consultant has the professional experience and expert skill and is qualified to perform the required services; and WHEREAS, City desires to engage Consultant upon the terms and conditions set forth below, and Consultant is willing to accept such engagement upon such terms and conditions; and WHEREAS, The term of this Agreement is for a period of five (5) years, beginning the first day following execution by the City; and WHEREAS, City in accordance with Florida Statues Section 287.055, Consultants Competitive Negotiation Act, has selected "Consultant" to be most qualified to perform said continuing type services as City Consulting Engineer; NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending to be legally bound hereby, the parties agree as follows: SCOPE OF WORK City hereby engages Consultant as an independent contractor to perform certain services and Consultant hereby agrees to perform said services upon the terms and conditions hereinafter set forth. Standards of Design for work under this Agreement shall be those of the City of Tamarac, if available, which shall be revised as necessary by Consultant to meet the intent cf the prcposed projects. Consultant shall develop standards of design not available from City. Consultant shall perform Engineering services related to various miscellaneous projects as needed. Each specific task to be performed shall be identified and described in detail by the Consultant and approved by the appropriate City officials, and if approved by City, shall be identified by a separate Job Number established by Consultant. The specific services which Consultant agrees to famish and the terms and conditions for such services are as follows: A. ATTENDANCE AT MEETINGS, After City has issued a written authorization for a specific task, attendance by Consultant at any subsequent meetings related to that task shall be considered as part of that task. In addition, Consultant shall be subject to such provisions as may be contained in the task authorization. However, it is contemplafed that from time to time City will desire that Consultant meet with representative"3 of City and/or other organizations to discuss subjects not directly related to an already assigned task. Such meetings will include but not be limited to meetings at which Consultant's specialized knowledge is needed by City, or a meeting conducted to develop or disseminate criteria that will be needed by City in order to establish a new task, or a meeting at which Consultant is to act as a representative of City. However, in attendance at all required meetings and throughout the term of this Agreement, Consultant shall maintain independent contractor status. In order to minimize administration, attendance by Consultant at all such meetings shall be considered part of one continuing task. This Agreement shall be deemed as the written authorization for that task. However, Consultant shall not attend any particular meetings unless City has issued specific oral instructions that Consultant is to attend. The scope of work for each Job Number is defined to include not only attendance at authorized meetings but also any work needed to prepare for and/or submit reports concerning such meetings. All invoices for each Job Number will Identify the specific meetings to which -they apply. All fees for services on each Job Number will be compensated as defined in Section III.A. herein. B. REVIEW OF CiEVELOPMENT PLANS. When requested by the City, Consultant shall review and comment to City on those developmental plans submitted to City which City determines will require either more Engineering expertise or more time than available to City's own Engineering staff. C. OTHER SERVICES. Upon determination by City that it is in need of Engineering services of one of the types listed below, it may issue a separate written authorization to Consultant to perform said services. The types of service contemplated are: Special Reports and Studies 2. Assistance in securing, monitoring and complying with County, State, or Federal Grants and Permits. 3 Engineering design, including preparing constructicn documents during b;durng and award of contract, preparing a tabulation of the bids received, and providing a written recommendation far contract awards. 4. Surveying property plats and descriptions. 5. Assistance with CADD. 6. Engineering services related to construction contracts, including but not necessarily limited to: review of shop drawings, consultation and interpretation concerning drawings and specifications, review of construction progress estimates, site visits and/or periodic or full time inspections, preparing construction change orders, approval of contractor's periodic pay request, final inspection, issuing completion certificate, and such other services as may be identified in the task authorization. 7. Other Engineering services City wishes Consultant to complete will be defined in a written authorization. Each such written authorization shall clearly define the services to be provided and shall be attached to this Agreement as an Addendum. Each Addendum shall be numbered in sequence and correlated with City's Capital Improvement Project Number and title, if applicable, date approved by City Commission, if required, and signed by City's and Consultant's representatives. Each Addendum, after execution by both parties to this Agreement, shall become a supplement to and a part of this Agreement. 8. Each written authorization shall include a description of the scope of services, time of completion and method of compensation for services. Approval by City Commission and/or signature by authorized representatives to City shall constitute authorization to proceed by the Consultant for services defined by that authorization. II. CITY FURNISHED ITEMS A. City shall designate in writing specific individuals, by title, who will be authorized to issue written and/or oral instructions to Consultant concerning this Agreement. In the absence of specific designations, Consultant may assume that the City Manager or designee shall be so authorized and Agreement shall constitute the required written designation. B. City shall assist Consultant in obtaining all background information necessary for the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data, and physical facilities. C. City shall pay for all costs of publishing advertisements for bids; for obtaining permits and licenses that may be required by local, State or Federal authorities; and/or to secure the necessary land, easements, and rights -of -way. In order to expedite processing of an application for a permit or license, City may, in some instances, direct Consultant to act for City in paying a required fee. In such instances, City subsequently snaJ reimburse Consultant for any such fees. III. FEES AND PAYMENTS A. Each written proposal from Consultant for an individual task as required in Article 1 "Scope of Services" shall include specific information as to the type and magnitude of fees to be paid for that task. The type of fee contemplated is: Direct Hourly plus Direct Salary Costs and Reimbursement for Nan-salai Costs. Salary Costs are defined to be actual direct hourly wages paid to Consultant's employees, computed by taking the annual salary and dividing by 2,080 hours per year plus applicable direct costs. This base hourly rate, limited to the work classifications as listed in Exhibit "A", and attached hereto,' shall be used to calculate all times directly chargeable to any authorized assignment. Consultant's non -salary costs are defined as the costs incurred on or directly for the project, other than the Direct Salary Costs (as previously defined herein). Such non -salary costs shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by Consultant. Non -salary costs shall include, but are not limited to, necessary transportation costs, including mileage at City's current rate per mile when Consultant's own automobiles are used outside Broward County; meals and lodging outside Broward County; laboratory tests analyses; long distance telephone and printing. B. METHOD OF PAYMENT. Payment as prescribed for services rendered by Consultant during the previous billing period shall be due and payable as of the date of invoice, and shall be paid by City no later than the forty fifth (45th) day after the date of invoice acceptance, unless some other mutually agreeable period of required payment is established in authorization for a specific task. Consultant shall submit monthly invoices to City through the appropriate or designated project manager. The Director or designee will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by City. As a minimum requirement, each invoice shall indicate original fee estimate, invoice date, amount of invoice, and estimated fees remaining. A summary shall be submitted by Consultant indicating each employee's name, employment classification and hours worked on the project for the invoice period. Acceptance of the final payment by Consultant shall be considered full release of all claims against City arising out of or by reason of the work done and materials furnished under this Agreement. IV. TIMES OF PERFORMANCE It is understood that this Agreement is a continuing contract, and that all terms contained herein shall remain in effect until changed by mutual agreement of the two parties. However, no wor;,c shall be performed, and no payments shall be made, unless specifica;ly authorized by separate written ccmmunication from City to Consultant, a RA except for oral authorizations regarding each Job Number. Each separate task authorization shall include information as to start and completion times for that task. MISCELLANEOUS PROVISIONS A. RECORDS/AUDITS. The Consultant shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Consultant agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day of the contract term. S. INSURANCE. Consultant agrees -to, in the performance of work and services under this Agreement, comply 'with all federal, state, and local laws and regulations, now in effect or hereinafter enacted, during the term of this agreement that are applicable to Consultant, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Consultant shall indemnify and hold the City harmless from any damage resulting to it for failure of either Consultant or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard products/Completed Operations Broad Form Property Damage Cross Liability and Sevembility of Interest Clause Aggregate $1,000,000 Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and"endorsement. The Consultant will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. "Occurrence" form policies shall be required. Each carrier will give the City thirty-(30) days notice prior to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac a'y an "additional insured". The Consultant's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability. City and Consultant waive all rights against each other and any of their respective directors, officers, agents, and employees, for damages caused by risks covered by property insurance during and after completion of the services. City waives subrogation against Consultant on all property and consequential loss policies carried by City on adjacent properties and under property and consequential loss policies purchased for the project after its completion. If the policies of insurance referred to in this paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the owners of such policies will cause them to be so endorsed. Construction contractors, at the discretion of the City, may be required to provide (or City may provide) Owners' Protective Liability Insurance naming the City as a Named Insured and the Consultant as an additional insured, or, to endorse City and Consultant as additional insureds on construction contractor's liability insurance policies covering cin:,ms for bodily injuries and property damage. Construction contractors shall be required to provide certificates evidencing such insurance to the City and Consultant. C. INTERRUPTION POSTPONEMENT ABANDONMENT. In the event the work herein, or any part thereof, shall be abandoned due to circumstances which City considers to be in its own best interests, Consultant shall not be entitled to any further payment for such work, or any part thereof, beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee eamed to such date. D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of Consultant. E. DISPUTES AND INTERPRETATION. In the event of any disputes as to the interpretation'of the terms of this Agreement, the decision of City shall be final and may be enforced in a court of competent jurisdiction in the venue of Broward County, except as provided herein. City shall notify Consultant in writing of any decision City has rendered with regard to the interpretation of this Agreement. If Consultant disagrees with the decision of City, the dispute may be decided by arbitration at the City's discretion. F. RIGHTS IN DATA, COPYRIGHTS, DISCLOSURE. 1. Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representation. 2. Rights in Data. City shall have the full right to use all data developed pursuant to this Agreement for any official purpose permitted under Florida Statutes, including making it available to the general public. Such use shall be without any additional payment to or approval by Consultant.. All data prepared, or furnished by Consultant (and Consultant's independent professional associates and Consultants) pursuant to this Agreement are instruments of service in respect of the project, and Consultant shall have the ownership and property interest therein whether or not the project is completed. City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any data developed or prepared under this Agreement. All data required to be sealed and signed by registered Professional Engineer in the State of Florida shall not be modified, changed, altered or used for other purposes than those intended without the express written permission of Consultant. G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws, ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this Agreement. H. SUSCONTRACTING. Ncne of tire work or services covered by this Agreement shall be subcontracted without tl,e prior written approval of City. Some specialty sub -Consultant work is permissible wherein said services can be expeditiously and economically handled by local firms provided written permission is granted by City. INDEPENDENT CONTRACTOR. CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. J. ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Consultant of its liability and obligation under this contract, and despite any such assignment, the City shall deal through the Consultant only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. K. SITE VISITS. Visits to the construction site and observations made by Consultant as part of the services shall not relieve the construction contractor(s) of its obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, nor shall the contractor(s) be relieved of responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. Such visits by Consultant are not to be construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. , L. ONSITE MONITORING. Consultant's resident project representatives will make reasonable efforts to guard City against defects and deficiencies in the work of the contractor(s) and to help determine if the provisions of the Contract Documents are being fulfilled. Their day-to-day inspection will not, however, cause Consultant to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing in accordance with the Contract Documents. N1. TIME OF PERFORMANCE. Consultant shall commence performance on each specific task authorization upon receipt of written Notice to Proceed from City. The work shall be completed in accordance with the schedule included in the authorization. N, OBLIGATIONS 0= CITY TO CONSULTANT. City shall make available to Consultant all da`.a in its pcssessIcn regarding the existing facilities. This data shall include, but not be limited to: standards; specifications; policies; guides and Engineering reports. maps, plans: inventories; da'a, etc. City shall be responsible for all necessary approvals from all City of Tamarac departments, and administration of public meetings in City. Consultant shall prepare exhibits, displays, informational handouts, notes, minutes and shall assist City in conducting all meetings. O. MONITORING. Consultant's work shall be subject to the inspection and direction of City, which shall conduct periodic reviews with Consultant. Where Consultant's work is unsatisfactory to City, Consultant shall correct it at the direction of City and at no additional cost to City; however, it is incumbent upon City to notify Consultant immediately of any work deemed unsatisfactory. Consultant will indemnify City for any increased construction costs solely and proximately caused by negligence on the part of Consultant concerning any assigned project, less any betterment to City. P. EXTRA SERVICES. If extra services are required for satisfactory completion of the work or any phase thereof, and Consultant thereby necessarily incurs extra costs, Consultant may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, City shall not reimburse Consultant for any work or services performed after interruption, postponement or abandonment, which City deems to be in its best interest, provided City provides proper written notice to Consultant of such interruption, postponement or abandonment of the work. In such case, City shall pay only the costs of services rendered up to the time of such interruption, postponement or abandonment. Q. CONSULTANT'S REPRESENTATIVE. Consultant will, at all times during the normal work week, designate or appoint one or more representatives of Consultant who are authorized to act on behalf of Consultant regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep City continually advised of such designation. R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the other pursuant to .this Agreement, it must be given by written notice, hand delivered, or sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving notice to wit: For City: City Manager City of Tamarac 7525 Northwest 88th Avenue Tamarac, Florida 33321 Vtth copy to: City Attorney At the same address as above For Consultant Donald A. Eckler, P.E., President Eckler Engineering, Inc. 9381 W. Sample Road Coral Springs, FL 33065 5. TERMINATION OF AGREEMENT. City or Consultant may terminate this Agreement by giving 30 days prior written notice to the other party. In such event, City shall forthwith pay Consultant in full for all work previously authorized and performed prior to the date upon which written notice of termination has been sent. Consultant's right of termination shall not be construed to preclude any action by City for darhages against Consultant should Consultant not fully perform Consultant's responsibilities and duties pursuant to this Agreement. In no case shall City be liable for damages to Consultant as a result of City's termination of this Agreement, in an amount in excess of actual costs incurred by Consultant in performing work previously authorized and fully performed prior to the date on which notice of termination is sent by City. T. NON-EXCLUSIVE AGREEMENT. City reserves the right to contract other Engineering .firms as Consulting Engineers pursuant to the Consultant's "Competitive. Negotiation Act of Florida". Nothing in this Agreement alters or cancels the terms and conditions or prior agreements for Engineering services between these parties or between City and any other Engineering firms. U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify and hold harmless the City of Tamarac, its officers; elected officials, agents or employees acting within the scope of their employment from any suit, claim, liability, loss or damage (including reasonable attomey's fees) to the extent caused by Consultant's negligent acts, errors or omissions associated with Consultant's duties and responsibilities pursuant to this Agreement. V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings prepared by Consultant, or an Consultant's behalf, are accurate, capable of being implemented and may be relied upon by any Contractor retained by City. W. PROFESSIONAL RESPONSIBILITIES OF CONSULTANT. Consultant will exercise reasonable skill, care, and diligence in the performance of Consultant's services and will carry out its responsibilities in accordance with customarily accepted professional Engineering practices. If Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, the professional Engineering services necessary to correct errors and omissions which are caused by Consultant's failure to comply with this standard and which are reported to Consultant within ore yea- from the completion of services. X. ATTORNEYS' FEES. In the event of litigation, the prevailing party will be entitled to reimbursement of attorney fees. Y. CHANGES AND FORCE MAJEURE. In the event that a change in City provided information, change in law, or event of force majeure affects the Work or increases Consultant's costs, Consultant shall be entitled to a change to the Work and an equitable adjustment in the contract price and time of performance, as appropriate. Consultant shall propose in writing a change to the Work and an equitable adjustment in the Contract Price due to any such change, and City shall accept or dispute such proposal in writing within fifteen (15) days of receipt of Consultant's proposal. Z. PROHIBITION AGAINST CONTINGENT FEES. The professional Engineer warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the professional Engineer to solicit or secure this agreement and that he has not. paid or agreed to pay any person or company, corporation individual, or firm, other than a bona fide employee working solely for the professional Engineer any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For any breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. AA. MODIFICATIONS. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and with equal dignity herewith. Such modification or amendment shall be attached to, and shall thereupon become a part of this Agreement. BB. AUTHORIZING ACTION. This Agreement is entered into by C' pursuant to a Resolution of the City Commission passed at a meeting held on 2001. IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first written above. CITY OF TAMARAC a Florida Municipal Corporation ATTEST: By: Mai on Sw son, M /J Schreiber, Mayor City_ Clerk Date: B Y Jeffrey L. ill r, City Manager Date: —7. / b - 0 Ap By Ds ATTEST: (Corporate Secretary Type/Print Name of Corporate Secy. (CORPORATE SEAL) Eckler Engineering, Inc. (Authorized Signature) Donald A. Eckler, P.E. President Type/Print Name and Title Date: CORPORATE ACKNOWLEDGEMENT STATE OF_,��dr/G'+'� COUNTY OF �,??rQI._2Qf42j The foregoing instrument was acknowledged before me this day of vJ 2001 by Donald A. Eckler, P.E., President (name of officer or agent, title of officer or agent) of Eckler En ineerin Inc. (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. ut�a► a nacxs:a My Comm bp. UMNo. W OW47 ill rusan* **M t 1 OMr ► X Sig ture ol Notaz Public —State of Florida Printed, typed/stamped name of Notary Public Exactly as commissioned Personally known by me, or Produced identification: (Type of identification produced) Did take an oath, or ;g Did not take an oath CERTIFIED RESOLU I N 1, Donald A. Eckler, the duly elected Secretary of Eckler Engineering, Inc., a corporation organized and existing under the laws of the State of Florida, do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT Donald A. Eckler, the duly elected President of Eckler Engineering, Inc., be and is hereby authorized to execute and submit a Proposal to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Proposal and other such instruments signed by him shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. . I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME Donald A. Eckler �rrr>w:l President SIGNATURE Given under my hand and the Seal of the said corporation this 21" day of June, 2001. (SEAL) By: 3 Donald A. Eckler President �. Corporate Title pa(,c 1 of 1 EXHIBIT A These hourly rates will be utilized through the five-year term of this contract. If there are extensions to the contract, these rates may be modified. PERSONNEL CATEGORY HOURLY RATE Principal $ 154.00 Engineer 8 $ 145.00 Engineer 7 $ 129.00 Engineer 6 $ 114.00 Engineer 5 $ 102.00 Engineer 4 $ 84.00 Engineer 3 $ 82.00 Engineer 2 $ 71.00 Engineer 1 $ 69.00 Technician 4 $ 95.00 Technician 3 $ 84.00 Technician 2 $ 64.00 Technician 1 $ 58.00 Secretary $ 64.00 Administrative Assistant $ 40.00 EXPENSES Expenses will be as outlined in Section 111, Fees and Payments, Paragraph A.1., page 4, with the addition that subconslaltants will be billed at cost times 1.1. A jt K-1, 4MOV 1surcoast Insurance Associates !P.O. Box 22668 ITampa, FL 33622-2568 Ni"Ci�l_ . ; U b v. '3 v TKIS r.ERTIFICCATE 13 ISSUED AS A MATMR OF Mr-ORMAMN ONLY AND CONFERS NO RIGHTS UPON THE mmcxq HOLDER. T?G3 CERTIFICATE 004M NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORIDIM BY THE PQLjCiE3 BELOW. : COMPANY COMPANIES AFFORDING COVERACII ASt. Paul Fire & marine Eckler Engineering, Inc. COMPANY can manufacturers Mutual 9381 W. sample Road COMPANY Coral Springs, FL 33065 csecurity Ins of Hartford .7 7 , TH* IS TO CERTjp� TWkT TI.(j pCL=F-$ OF IKWRMCE LISTED Y 'BELOW w)IAVf BEEN t&WED TO THE iNVJRBO N qAEO AZOVI FOR THI POLICPP?400 jHC)r_ATEu. mol%MTHSTANDING ANY REQUIREMENT. TEMA Oft CONDITION Tjjj INSURANCE OF ANY CONTRACT 01k OTHn 00CVMEHIT WrTH RESPECT TO VWVCH THIS AFFOKOFO By THE POLICIES DfSefUBED HfAJEN tS SUBJECT TO ALL THE TEWS. CERTIFICATE MAY ;E ISSUgo OR &pAy PERTAIN. OF SUCH POLICIES. WITS SMO" WAY HAVE BEEN RIEDUCEDBY!"AJOCLAIMS. EXCLUSIONS AND CONQrr1ON9 MUIARER FIZI—Y —.VFCCTM POUCY 6xPvA'nQN VxTT3 �T Ca -'POUCY TYPI OF IN$— VATTIM"Wn OAYX(UWtQW1 C'Em t ULL LUAVff BK 00760093 _A11-111 '11/27/0011�1/27 01 111S,M1LL _-M --�A'000'0 9. i )0 co OL _/?t AW 184, 000, 09�Q X or 1 CLAIMS MAOS i x] Orcusk PEX!3OKA1. AZV OWAY !S2,000,000 �OHmEAl L WHTWACTO�rs pplar I FAV4 OCCUARENCU 2 000 000 " UU FIRE OAMA E kfty OrA Ye P2 —0 _-0-O--� 0 0 0 �131 tio, 000 21(5�00 U7%)WCOU U"L17Y BY,00160093 A r"C'L' u"u 1 �ji/27/00111/27/01 I �COMVLMW3INaLfj.UT kIncluded ANY AUTO %"L QYNW00 AUT03 (PW pow of CHN71)LAD AUTOS H4x I x H0%44WV%tOAIJr0S is Avro cd,&�Y-EA A=Vft- OkAAGX IJA.MLJTf TWAN AUTO ONLY. ANY AUTO _LAC H AC=TNT A Acatl"TT IACX3; UANUTY W11RILLA FCW r LACK OCCW11L?t k Is i If n"M UMARELLA FOM WvPEx%AT" AND FQ-6 r. 4 14 0 2 Oil 05/01/02 1 ISTATUT VIIIAI71- 000 EMPLOY IF4, Lmsw" NT i$100 CLtS—IAS9-Pq-IC LIMIT 000 0 0 000 EXCL 0 IS r4 A"Ls 6 - f ACNI I M 0L OYE! S1 —1 OF F IC Vtl AAlt AEEQ113424 Fac 12/02/00 112/ 02 /0-1. _000,000 claim � C � $2,00,:),000 Ann. A-�[g ! i �rofessional iability { 0 xw1CI,4'L ITZWS "" ProfessionalLiability is claims made and reported. rPr—ofeSSiOnal The City Of Tamarac is listed as City an additional insured with res-PA-cts to the General Liability Policy. W- -, --.7 N —-CANc= ' SmCELLAk:"y ANY Of THE A6Cvt DC3--mlto P<xjc-ts IF C-Amcfuvj I ME city of Tamarac W-IRAnCN CA'% TWEXI!C�§, T)4i 1%3LAkO C��WPANY PALL E4CtAYCK 770 MAIL, � 7 5 2 j2_0Ar%WKM1X-4%4C-,C-t TOrAl 3332- I,' 'ILUQF TC C. U�L %U(,M �C7,Q'- SHALL 20�0!14 No OQUCA'" W.ACQLRJ CITY OF TAMARAC CONTINUING ENGINEERING SERVICES AGREEMENT This Agreement, made and entered into and effective this day of 2001 by and between: City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida, with principal offices located at 7525 NW 8811' Avenue, Tamarac, Florida, hereinafter referred to as "City". and Williams, Hatfield and Stoner, Inc., a Florida corporation with principal offices located at 2101 N. Andrews Avenue, Suite 300, Fort Lauderdale FL 33311, hereinafter referred to as "Consultant". WITNESSETH: WHEREAS, City requires professional Engineering services on a continuing basis to perform such specific services as City may direct; and WHEREAS, Consultant has the professional experience and expert skill and is qualified to perform the required services; and WHEREAS, City desires to engage Consultant upon the terms and conditions set forth below, and Consultant is willing to accept such engagement upon such terms and conditions; and WHEREAS, The term of this Agreement is for a period of five (5) years, beginning the first day following execution by the City; and WHEREAS, City in accordance with Florida Statues Section 287.055, Consultants Competitive Negotiation Act, has selected "Consultant" to be most qualified to perform said continuing type services as City Consulting Engineer; NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending to be legally bound hereby, the parties agree as follows: SCOPE OF WORK City hereby engages Consultant as an independent contractor to perform certain services and Consultant hereby agrees to perform said services upon the terms and conditions hereinafter set forth. Standards of Design for work under this Agreement shall be those of the City of Tamarac, if available, which shall be revised as necessary by Consultant to meet the intent of the proposed projects. Consultant shall develop standards of design not available from City. Consultant shall perform Engineering services related to various miscellaneous projects as needed. Each specific task to be performed shall be identified and described in detail by the Consultant and approved by the appropriate City officials, and if approved by City, shall be identified by a separate Job Number established by Consultant. The specific services which Consultant agrees to furnish and the terms and conditions for such services are as follows: A. ATTENDANCE AT MEETINGS. After City has issued a written authorization for a specific task, attendance by Consultant at any subsequent meetings related to that task shall be considered as part of that task. In addition, Consultant shall be subject to such provisions as may be contained in the task authorization. However, it is contemplated that from time to time City will desire that Consultant meet with representatives of City and/or other organizations to discuss subjects not directly related to an already assigned task. Such meetings will include but not be limited to meetings at which Consultant's specialized knowledge is needed by City, or a meeting conducted to develop or disseminate criteria that will be needed by City In order to establish a new task, or a meeting at which Consultant is to act as a representative of City. However, in attendance at all required meetings and throughout the term of this Agreement, Consultant shall maintain independent contractor status. In order to minimize administration, attendance by Consultant at all such meetings shall be considered part of one continuing task. This Agreement shall be deemed as the written authorization for that task. However, Consultant shall not attend any particular meetings unless City has issued speck oral instructions that Consultant is to attend. The scope of work for each Job Number is defined to include not only attendance at authorized meetings but also any work needed to prepare for and/or submit reports concerning such meetings. Ali invoices for each Job Number will Identify the specific meetings to which they apply. All fees for services on each Job Number will be compensated as defined in Section III.A. herein. B. REVIEW OF DEVELOPMENT PLANS. When requested by the City, Consultant shall review and comment to City on those developmental plans submitted to City which City determines will require either more Engineering expertise or more time than available to City's own Engineering staff. C. OTHER SERVICES. Upon determination by City that it is in need of Engineering services of one of the types listed below, it may issue a separate written authorization to Consultant to perform said services. The types of service contemplated are: Special Reports and Studies Assistance in securing, monitoring and ccmpiy�ng with County, State, or Federal Grants and Permits. Engineering design, including preparing construction documents dng bidding and award of contract, prepar`ng a tabula`,icn of the bids receiurivsd, and providing a written recommendation for contract awards. 4. Surveying property plats and descriptions. 5. Assistance with CADD. 6. Engineering services related to construction contracts, including but not necessarily limited to: review of shop drawings, consultation and interpretation concerning drawings and specifications, review of construction progress estimates, site visits and/or periodic or full time inspections, preparing construction change orders, approval of contractor's periodic pay request, final inspection, issuing completion certificate, and such other services as may be identified in the task authorization. 7. Other Engineering services City wishes Consultant to complete will be defined in a written authorization. Each such written authorization shall clearly define the services to be provided and shall be attached to this Agreement as an Addendum. Each Addendum shall be numbered in sequence and correlated with City's Capital Improvement Project Number and title, if applicable, date approved by City Commission, if required, and signed by City's and Consultant's representatives. Each Addendum, after execution by both parties to this Agreement, shall become a supplement to and a part of this Agreement. S. Each -written authorization shall include a description of the scope of services, time of completion and method of compensation for services. Approval by City Commission and/or signature by authorized representatives to City shall constitute authorization to proceed by the Consultant for services defined by that authorization. II. CITY FURNISHED ITEMS A. City shall designate in writing specific individuals, by title, who will be authorized to issue written and/or oral instructions to Consultant concerning this Agreement. In the absence of specific designations, Consultant may assume that the City Manager or designee shall be so authorized and Agreement shall constitute the required written designation. B. City shall assist Consultant in obtaining all background information necessary for the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data, and physical facilities. C. City shall pay for all costs of publishing advertisements for bids; for obtaining permits and licenses that may be required by local, State or Federal authorities; and/or to secure the necessary land, easements, and rights -of -way. In order to expedite processing of an application for a permit or license, City may, in some instances, direct Consultant to act for City in paying a required fee. In such instances, City subsequently shall reimturse Consultant for any such fees. Ill. FEES AND PAYMENTS A. Each written proposal from Consultant for an individual task as required in Article 1 "Scope of Services" shall include specific information as to the type and magnitude of fees to be paid for that task. The type of fee contemplated is: Direct Hourly plus Direct -Salary Costs and Reimbursement for Non -salary Costs. Salary Costs are defined to be actual direct hourly wages paid to Consultant's employees, computed by taking the annual salary and dividing by 2,080 hours per year plus applicable direct costs. This base hourly rate, limited to the work classifications as listed in Exhibit "A", and attached hereto, 'shall be used to calculate all times directly chargeable to any authorited assignment. Consultant's non -salary costs are defined as the costs incurred on or directly for the project, other than the Direct Salary Costs (as previously defined herein). Such non -salary costs shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by Consultant. Non -salary costs shall include, but are not limited to, necessary transportation costs, including mileage at City's current rate per mile when Consultant's own automobiles are used outside Broward County; meals and lodging outside Broward County; laboratory tests analyses; long distance telephone and printing. B. METHOD OF PAYMENT. Payment as prescribed for services rendered by Consultant during the previous billing period shall be due and payable as of the date of invoice, and shall be paid by City no later than the forty fifth (45th) day after the date of invoice acceptance, unless some other mutually agreeable period of required payment is established in authorization for a specific task. Consultant shall submit monthly invoices to City through the appropriate or designated project manager. The Director or designee will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by City. As a minimum requirement, each invoice shall indicate original fee estimate, invoice date, amount of invoice, and estimated fees remaining. A summary shall be submitted by Consultant indicating each employee's name, employment classification and hours worked on the project for the invoice period. Acceptance of the final payment by Consultant shall be considered full release of all claims against City arising out of or by reason of the work done and materials furnished under this Agreement. IV. TIMES OF PERFORMANCE It is unde,-stood that this Agreement is a continuing contract, and that all terms contained herein shall remain in effect until changed by mutual agreement of the two parties. Hc,,,,ever, no work shall be performed, and no payments shall be made, unless specifica'i,j autncrized by separate written communication from City to Consultant, V except for oral authorizations regarding each Job Number. Each separate task authorization shall include information as to start and completion times for that task. MISCELLANEOUS PROVISIONS A. RECORDS/AUDITS. The Consultant shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor, The Consultant agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day of the contract term. B. INSURANCE. Consultant agrees to, in the performance of work and services under this Agreement, comply 'with all federal, state, and local laws and regulations, now in effect or hereinafter enacted, during the term of this agreement that are applicable to Consultant, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Consultant shall indemnify and hold the City harmless from any damage resulting to it for"failure of either Consultant or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Aggregate $1,000,000 Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the pity with evidence of such coverage in the form of an insurance certificate and endorsement. The Consultant will ensure that all subcontractors will comply with "the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. "Occurrence" form policies shall be required. Each carrier will give the City thirty-(30) days notice prior to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as ,an 'additional insured". The Consultant's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability. City and Consultant waive all rights against each other and any of their respective directors, officers, agents, and employees, for damages caused by risks covered by property insurance during and after completion of the services. City waives subrogation against Consultant on all property and consequential loss policies carried by City on adjacent properties and under property and consequential loss policies purchased for the project after its completion. If the policies of insurance referred to in this paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the owners of such policies will cause them to be so endorsed. Construction contractors, at the discretion of the City, may be required to provide (or City may provide) Owners' Protective Liability Insurance naming the City as a Named Insured and the Consultant as an additional insured, or, to endorse City and Consultant as additional insureds on construction contractor's liability insurance policies covering claims for bodily injuries and property damage. Construction contractors shall be required to provide certificatas evidencing such insurance to the City and Consultant. C. INTERRUPTION POSTPONEMENT ABANDONMENT. In the event the work herein, or any part thereof, shall be abandoned due to circumstances which City considers to be in its own best interests, Consultant shall not be entitled to any further payment for such work, or any part thereof, beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee eamed to such date. D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of Consultant. E. DISPUTES AND INTERPRETATION. In the event of any disputes as to the interpretation ,of the terms of this Agreement, the decision of City shall be final and may be enforced in a court of competent jurisdiction in the venue of Broward County, except as provided herein. City shall notify Consultant in writing of any decision City has rendered with regard to the interpretation of this Agreement. If Consultant disagrees with the decision of City, the dispute may be decided by arbitration at the City's discretion. F. RIGHTS IN DATA, COPYRIGHTS, DISCLOSURE. Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representation. 2. Rights in Data. City shall have the full right to use all data developed pursuant to this Agreement for any official purpose permitted under Florida Statutes, including making it available to the general public. Such use shall be without any additional payment to or approval by Consultant. All data prepared , or furnished by Consultant (and Consultant's independent professional associates and Consultants) pursuant to this Agreement are instrumetits of service in respect of the project, and Consultant shall have the ownership and property interest therein whether or not the project is completed. City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any data developed or prepared under this Agreement. All data required to be sealed and signed by registered Professional Engineer in the State of Florida shall not be modified, changed, altered or used for other purposes than those intended without the express written permission of Consultant. G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws, ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this Agreement. H. SUECONTRACTING. None of the wor'.t or services covered by this Agreement sha'l! be subcontracted without the prior written approval of City. Some specialty su'o-Consultant work is permissible wherein said services can be expeditiously and econcmica!iy handled by local frms provided written permission is granted by City- INDEPENDENT CONTRACTOR. CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of such assignment, or subjecting the City to liability of any Mnd to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Consultant of its liability and obligation under this contract, and despite any such assignment, the City shall deal through the Consultant only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. K. SITE VISITS. Visits to the construction site and observations made by Consultant as part of the services shall not relieve the construction contractor(s) of its obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, nor shall the contractor(s) be relieved of responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. Such visits by Consultant are not to be construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. L. ONSITE MONITORING. Consultant's resident project representatives will make reasonable efforts to guard City against defects and deficiencies in the work of the contractor(s) and to help determine if the provisions of the Contract Documents are being fulfilled. Their day -today inspection will not, however, cause Consultant to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing in accordance with the Contract Documents. M. TIME OF PERFORMANCE. Consultant shall commence performance on each specific task authorization upon receipt of written Notice to Proceed from City. The work shall be completed in accordance with the schedule included in the authorization. N. OBLIGATIONS OF CITY TO CONSULTANT. City shall make available to Consultant all data in its possess;cn regarding the existing facilities. This data sha!I include, but not be limlted to standards; specificaticnis; policies; guides and Enginee'irg reports, maps, plans, inventor,es, data, etc. C,ty shall be responsible for all necessary approvals from all City of Tamarac departments, and administration of public meetings in City. Consultant shall prepare exhibits, displays, informational handouts, notes, minutes and shall assist City In conducting all meetings. O. MONITORING. Consultant's work shall be subject to the inspection and direction of City, which shall conduct periodic reviews with Consultant. Where Consultant's work is unsatisfactory to City, Consultant shall correct it at the direction of City and at no additional cost to City; however, it is incumbent upon City to notify Consultant immediately of any work deemed unsatisfactory. Consultant will indemnify City for any increased; construction costs solely and proximately caused by negligence on the part of Consultant concerning any assigned project, less any betterment to City. P. EXTRA SERVICES. If extra services are required for satisfactory completion of the work or any phase thereof, and Consultant thereby necessarily Incurs extra costs, Consultant may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, City shall not reimburse Consultant for any work or services performed after interruption, postponement or abandonment, which City deems to be in its best interest, provided City provides proper written notice to Consultant of such interruption, postponement or abandonment of the work. In such case, City shall pay only the costs of services rendered up to the time of such interruption, postponement or abandonment. Q. CONSULTANT'S REPRESENTATIVE. Consultant will, at all times during the normal work week, designate or appoint one or more representatives of Consultant who are authorized to act on behalf of Consultant regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep City continually advised of such designation. R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the other pursuant to this Agreement, it must be given by written notice, hand delivered, or sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving notice to wit: For City, City Manager City of Tamarac 7525 Northwest 88th Avenue Tamarac, Florida 33321 V'lith copy to: City Attorney At the same address as agave For Consultant Anthony A. Nolan, President Williams, Hatfield and Stoner, Inc. 2101 N. Andrews Ave., Suite 300 Fort Lauderdale, FL 33311 S. TERMINATION OF AGREEMENT. City or Consultant may terminate this Agreement by giving 30 days prior written notice to the other party. In such event, City shall forthwith pay Consultant in full for all work previously authorized and performed prior to the date upon which written notice of termination has been sent. Consultant's right of termination shall not be construed to preclude any action by City for damages against Consultant should Consultant not fully perform Consultant's responsibilities and duties pursuant to this Agreement. In no case shall City be liable for damages to Consultant as a result of City's termination of this Agreement, in an amount in excess of actual costs incurred by Consultant in performing work previously authorized and fully performed prior to the date on which notice of termination is sent by City. T. NON-EXCLUSIVE AGREEMENT. City reserves the right to contract other Engineering .firms as Consulting Engineers pursuant to the Consultant's Competitive Negotiation Act of Florida". Nothing in this Agreement alters or cancels the terms and conditions or prior agreements for Engineering services between these parties or between City and any other Engineering firms. U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify and hold harmless the City of Tamarac, its officers,' elected officials, agents or employees acting within the scope of their employment front any suit, claim, liability, loss or damage (including reasonable attomey's fees) to the extent caused by Consultant's negligent acts, errors or omissions associated with Consultant's duties and responsibilities pursuant to this Agreement. V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings prepared by Consultant, or on Consultant's behalf, are accurate, capable of being implemented and may be relied upon by any Contractor retained by City. W. PROFESSIONAL RESPONSIBILITIES OF CONSULTANT. Consultant will exercise reasonable skill, care, and diligence in the performance of Consultant's services and will carry out its responsibilities in accordance with customarily accepted professional Engineering practices. if Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, the professional Engineering services necessary to correct errors and omissions which are caused by Consultant's failure to comply with this standard and which are reported to Consultant within one year from the completion of services. X. ATTORNEYS' FEES. In the event of litigation, the prevailing party will be entitled to reimbursement of attorney fees. Y. CHANGES AND FORCE MAJEURE. In the event that a change in City provided information, change in law, or event of force majeure affects the Work or increases Consultant's costs, Consultant shall be entitled to a change to the Work and an equitable adjustment in the contract price and time of performance, as appropriate. Consultant shall propose in writing a change to the Work and an equitable adjustment in the Contract Price due to any such change, and City shall accept or dispute such proposal in writing within fifteen (15) days of receipt of Consultant's proposal. Z. PROHIBITION AGAINST CONTINGENT FEES. The professional Engineer warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the professional Engineer to solicit or secure this agreement and that he has not paid or agreed to pay any person or company, corporation individual, or firm, other than a bona fide employee working solely for the professional Engineer any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For any breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. AA. MODIFICATIONS. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and with equal dignity herewith. Such modification or amendment shall be attached to, and shall thereupon become a part of -this Agreement. BB. AUTHORIZING ' ACTION. This Agreement is entered into by Cit pursuant to a Resolution of thb City Commission passed at a meeting held on , 2001. IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first written above. ATTEST: sy: Melon Swenson, CMC City Clerk To /Mitcffell S. Kraft City tl�imey Da`` / Date: L t p I ATTEST: (Corporate Secretary 1DAIA1 F.-.) 6zoao 44 Type/Print Name of Corporate Secy. CITY OF TAMARAC a Florida Municipal Corporation By: 6J6e Schreiber, Mayor Date: `7 - / 4,- d / By: glz� . &G2%.. Jeffrey L. iller, City Manager Date: Q Williams, nd Stoner, Inc. Type/Print Name and Title Date: • ZZ. e (CORPORATE'SEAL) CORPORATE ACKNOWLEDGEMENT STATE OF The foregoing instrument was acknowledged before me this day of 2001 by Anthony A. Nolan, President (name of officer or agent, title of a er or agent) of Williams Hatfield and Stoner Inc. (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. J. 00? �pTai�y ���' _ My copm. F-q'irw May t 9.2CA5 :��' •• pUf3Lxc, •���`�: OQ' 11111110 (�A�2 JI-g S��- I Signature of ary Public -- State of Florida Printed, typed/stamped name of Notary Public Exactly as commissioned �ersonally known by me, or ❑ Produced identification: (Type of identification produced) ❑ Did take an oath, or ❑ Did not take an oath CERTIFIED RESOLUTION I, (Name), the duly elected Secretary of 74�(Corporata Title), a corporation organized and existing under the laws of the State of .Py do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of -� I )- (Corporate Title) be and is hereby authorized to execute and submit a Bid and Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official sign es of those persons authorized to act by the foregoing resolution. NAME TITLE TURE 'd -A. �MIWPFVI Pt Given under my hand and the Seat of the said corporation this day of 200/ pp�_ - (SEAL) By. Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the cnmoration to do so in its behalf. WILLIAMS, FfATFIELD & STONER, INC. Consulting Engineers • Planners • Surveyors Environmental Scientists SCHEDULE OF HOURLY RATES FIVE-YEAR RATE SCHEDULE EFFECTIVE JANUARY 1, 2001 HOURLY RATES FOR PERSONNEL 1. Professionals Engineers (L•), Land Surveyors (L), Planners (P), CPA (C). Environmental Scientists (S) a. Grades 1 and 2 •. — $65.00/Hr. b. Grade 3 ? $75.00/Hr. c. Grade 4 - 585.001Hr. d. Grade 5 = $100.00/Hr. e. Grade 6 — S 115.00/Fir. f. Grade 7 $130.00/1-1r. g. Grade 8 S 155.00/Hr. h. Grade 9 = $200.00/Hr. 2. Engineering & Surveying Technicians a. Grade 1 — S45.00/Hr. b. Grade 2 � $50.00/Fir. c. Grade 3 — $60.00/Fir. d. Grade 4 = S70 0011 r e. Grade 5 = S80.00/Hr. 3. Drafters & Illustrators a. Grade 1 — S35.00/Hr. b. Grade 2 = $45.00/Hr. c. Grade 3 — $50.00air. d, Grade 4 = $60.00/Hr. 4. Resident project Representatives a. Grade 1' = $50.00/Hr. b. Grade 2 ' $55.00/Hr. c. Grade 3 = $65.00/Hr. d. Grade 4 x S75.00/14r. e. Grade 5 = S90.00/11r. 5. Field Survey Parties a. 2-Man Party b, 3-Man Party c. 4-Man Party 6. Nord Processing Operator a. Grade 1 b. Grade 2 c. Grade 3 d. Grade 4 7. Administrative Support a. General Office b. Accountant 1 and 2 c- Accountant 3 = S 1 10.00/Hr. — $125.00/Hr. $140.00/Hr. S 3 5.00/Fir. S45.00/Hr. $ 55.00/Hr. S 65.00/Hr. S35.00/Hr. — S45.00/1-1r. S55.00/Hr. EXHIBIT -A- This schedu?e is revie;ved annually. WILLIAMS, HATFIELD & STONER, INC. EXHIBIT "A" Consulting Engineers • Planners • Surveyors Environmental Scientists SCHEDULE OF REIMBURSABLE EXPENSES FIVE-YEAR RATE SCHEDULE EFFECTIVE JANUARY 1, 2001 OTHER CHARGES 1. Expert Witness Services a. "On -Call" Time at.Courtroom and Testimony = $200.00/11r. . (Min. Chg. 4 I-irs./Day) b. Pre -Trial Consultation = 1 @ Hourly Rate 2. Transportation and Travel a. Transportation Fares, Lodging and Subsistence CosfPlus 10% b. Automobile Mileage = $0.32 Per Mile 3. Reproductions a. Slack -line Prints = $0.20/Sq. Ft b. NIylar Reproducibles $2.00/Sq. Ft. c. Photocopies (Standard) $0.10/Sheet/Side d. Photocopies (11" x 17") _ $0.20/Sheet/Side e. Outside Printing Service — Cost Plus 10% 4. Recording and Permits Fees = Cost Plus 10% 5. Services of Outside Consultants Cost Plus 10% (ElectricaUMechanical Engineering, Environmental Consultants Engineering Testing Laboratories, Photogrammetry, Title and Abstracting Services and Other Outside Consulting Services) 6. Special Field Supplies = At Cost 7. Electronic Survey Equipment a. Modular Survey System (Total Station) _ $10.00/Hr. b. Global Positioning System (GPS) _ $100.00/Hr. S. Computer Aided Design/Drafting (CADD) a. Computer Design Systems — $10.00/Hr. ** b. Computer Drafting Systems — $20.00/Iir. ** c. Geographic Information System (GIS) — $25.00/Hr. ** 9. Delivery and Courier Services — Cost Plus 10% .. Per hour of actual computer use. Charge includes in-house sof ware library 5ut does net include operator. CITY OF TAMARAC CONTINUING ENGINEERING SERVICES AGREEMENT This Agreement, made and entered into and effective this/ _- day of 2001 by and between: City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida, with principal offices located at 7525 NW 88t' Avenue, Tamarac, Florida, hereinafter referred to as "City" and Craven Thompson & Associates, Inc. a Florida corporation with principal offices located at 3563 NW 53r° Street, Fort Lauderdale FL 33309, hereinafter referred to as "Consultant'. WITNESSETH: WHEREAS, City requires professional Engineering services on a continuing basis to perform such specific services as City may direct; and WHEREAS, Consultant has the professional experience and expert skill and is qualified to perform the required services; and WHEREAS, City desires to engage Consultant upon the terms and conditions set forth below, and Consultant is willing to accept such engagement upon such terns and conditions; and WHEREAS, The term of this Agreement is for a period of five (5) years, beginning the first day following execution by the City; and WHEREAS, City in accordance with Florida Statues Section 287.055, Consultants Competitive Negotiation Act, has selected "Consultant' to be most qualified to perform said continuing type services as City Consulting Engineer, NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending to be legally bound hereby, the parties agree as follows: SCOPE OF WORK City hereby engages Consultant as an independent contractor to perform certain services and Consultant hereby agrees to perform said services upon the terms and conditions hereinafter set forth. Standards of Design for work, under this Agreement shall be those of the City of Tamarac, if available, which shall be revised as necessary by Consultant to meet the intent of the proposed projects. Consultant shall develop standards of design not available from City. Consultant shall perform Engineering services related to various miscellaneous projects as needed. Each specific task to be performed shall be identified and described in detail by the Consultant and approved by the appropriate City officials, and if approved by City, shall be identified by a separate Job Number established by Consultant. The specific services which Consultant agrees to furnish and the terms and conditions for such services are as follows: A. ATTENDANCE AT MEETINGS. After City has issued a written authorization for a specific task, attendance by Consultant at any subsequent meetings related to that task shall be .considered as part of that task. In addition, Consultant shall be subject to such provisions as may be contained in the task authorization. However, it is contemplated that from time to time City will desire that Consultant meet with representatives of City and/or other organizations to discuss subjects not directly related to an already assigned task. Such meetings will include but not be limited to meetings at which Consultant's specialized knowledge is needed by City, or a meeting conducted to develop or disseminate criteria that will be needed by City in order to establish a new task, or a meeting at which Consultant is to act as a representative of City. However, in attendance at all required meetings and throughout the term of this Agreement, Consultant shall maintain independent contractor status. In order to minimize administration, attendance by Consultant at all such meetings shall be considered part of one continuing task. This Agreement shall be deemed as the written authorization for that task. However, Consultant shall not attend any particular meetings unless City has issued specific oral instructions that Consultant is to attend. The scope of work for each Job Number is defined to include not only attendance at authorized meetings but also any work needed to prepare for and/or submit reports concerning such meetings_ All invoices for each Job Number will identify the specific meetings to which they apply. All fees for services on each Job Number will be compdnsated as defined in Section III.A. herein. B. REVIEW OF DEVELOPMENT PLANS. When requested by the City, Consultant shall review and comment to City on those developmental plans submitted to- City which City determines will require either more Engineering expertise or more time than available to City's own Engineering staff. C. OTHER SERVICES. Upon determination by City that it is in need of Engineering services of one of the types listed below, it may issue a separate written authorization to Consultant to perform said services. The types of service contemplated are: Special Reports and Studies 2. Assistance in securing, monitoring and complying with County, State, or Federal Grants and Permits. Engineering design, including preparing construction documents during bidding and award o` contract, preparing a tabulation of the bids received, and providing a written recommendation for contract awards. 4. Surveying property plats and descriptions. 5. Assistance with CADD. 6. Engineering services related to construction contracts, including but not necessarily limited to: review of shop drawings, consultation and interpretation concerning drawings and specifications, review of construction progress estimates, site visits and/or periodic or full time inspections, preparing construction change orders, approval of contractor's periodic pay request, final inspection, issuing completion certificate, and such other services as may be identified in the task authorization. 7. Other Engineering services City wishes Consultant to complete will be defined in a written authorization. Each such written authorization shall clearly define the services to be provided and shall be attached to this Agreement as an Addendum. Each Addendum shall be numbered in sequence and correlated with City's Capital Improvement Project Number and title, if applicable, date approved by City Commission, if required, and signed by City's and Consultant's representatives. Each Addendum, after execution by both parties to this Agreement, shall become a supplement to and a part of this Agreement. 8. Each written authorization shall include a description of the scope of services, time of completion and method of compensation for services. Approval by City Commission and/or signature by authorized representatives to City shall constitute authorization to proceed by the Consultant for services defined by that authorization. II. CITY FURNISHED ITEMS A. City shall designate in writing specific individuals, by title, who will be authorized to issue written and/or oral instructions to Consultant concerning this Agreement. In the absence of specific designations, Consultant may assume that the City Manager or designee shall be so authorized and Agreement shall constitute the required written designation. B. City shall assist Consultant in obtaining all background information necessary for the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data, and physical facilities. C. City shall pay for all costs of publishing advertisements for bids; for obtaining permits and licenses that may be required by local. State or Federal authorities; and/or to secure the necessary land, easements, and rights -of -way. In order to expedite processing of an application for a permit or license, City may, in some instances, direct Consultant to act for City in paying a required fee. In such instances, City subsequently shall reimburse Ccnsultant for any such fees. Ill. FEES AND PAYMENTS A. Each written proposal from Consultant for an individual task as required in Article 1 "Scope of Services" shall include specific information as to the type and magnitude of fees to be paid for that task. The type of fee contemplated is: 1. Direct Hourly plus Direct Salary Costs and Reimbursement for Nan -salter Costs. Salary Costs are defined to be actual direct hourly wages paid to Consultant's employees, computed by taking the annual salary and dividing by 2,080 hours per year plus applicable direct costs. This base hourly rate, limited-- to the work classifications as listed in Exhibit "A", and attached hereto, shall be used to calculate all times directly chargeable to any authorized assignment. Consultant's non -salary costs are defined as the costs incurred on or directly for the project, other than the Direct Salary Costs (as previously defined herein). Such non -salary costs shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by Consultant. Non -salary costs shall include, but are not limited to, necessary transportation costs, including mileage at City's current rate per mile when Consultant's own automobiles are used outside Broward County; meals and lodging outside Broward County; laboratory tests analyses; long distance telephone and printing. B. METHOD OF PAYMENT. Payment as prescribed for services rendered by Consultant during the previous billing period shall be due and payable as of the date of -invoice, and shall be paid by City no later than the forty fifth (45th) day after the date of invoice acceptance, unless some other mutually agreeable period of required payment is established in authorization for a specific task. Consultant shall submit monthly invoices to City through the appropriate or designated project manager. The Director or designee will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by City. As a minimum requirement, each invoice shall indicate original fee estimate, invoice date, amount of invoice, and estimated fees remaining. A summary shall be submitted by Consultant indicating each employee's name, employment classification and hours worked on the project for the invoice period. Acceptance of the final payment by Consultant shall be considered full release of all claims against City arising out of or by reason of the work done and materials furnished under this Agreement. IV. T1,MES OF PERFORMANCE It is understood that this Agreement is a continuing contract, and that all terms contained herein, shall remain in effect until changed by mutual agreement of the two parties. However, no work shall be performed, and no payments shall be made, unless specifically authorized by separate written communication from City to Consultant, u except for oral authorizations regarding each Job Number. Each separate task authorization shall include information as to start and completion times for that task. MISCELLANEOUS PROVISIONS A. RECORDS/AUDITS. The Consultant shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Consultant agrees to make available to the City's Auditor, during normal business hours and in Sroward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day of the contract term. B. INSURANCE. Consultant agrees. to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations, now in effect or hereinafter enacted, during the term of this agreement that are applicable to Consultant, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Consultant shall indemnify and hold the City harmless from any damage resulting to it for failure, of either Consultant or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Aggregate $1,000,000 Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Consultant will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. "Occurrence" form policies shall be required. Each carrier will give the City thirty-(30) days notice prior to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as •an "additional insured". The Consultant's Workers' Compensation carrier will providea, Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, at a mlr imum, a limit of $1,000,000 per occurrence and in the aggregate - 'Claims -Made" forms are acceptable for Professional liability. City and Consultant waive all rights against each other and any of their respective directors, officers, agents, and employees, for damages caused by risks covered by property insurance during and after completion of the services. City waives subrogation against Consultant on all property and consequential loss policies carried by City on adjacent properties and under property and consequential loss policies purchased for the project after its completion. If the policies of insurance referred to in this paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the owners of such policies will cause them to be so endorsed. Construction contractors, at the discretion of the City, may be required to provide (or City may provide) Owners' Protective Liability Insurance naming the City as a Named Insured and the Consultant as an additional insured, or, to endorse City and Consultant as additional insureds on construction contractor's liability insurance policies covering claims for bodily injuries and property damage. Construction contractors shall be required to provide certificates evidencing such insurance to the City and Consultant. C. INTERRUPTION POSTPONEMENT ABANDONMENT. In the event the work herein, or any part thereof, shall be abandoned due to circumstances which City considers to be in its own best interests, Consultant shall not be entitled to any further payment for such work, or any part thereof, beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee eamed to such date. D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of Consultant. E. DISPUTES AND INTERPRETATION. In the event of any disputes as to the interpretation of the terms of this Agreement, the decision of City shall be final and may be enforced in a court of competent Jurisdiction in the venue of Broward County, except as provided herein. City shall notify Consultant in writing of any decision City has rendered with regard to the interpretation of this Agreement. If Consultant disagrees with the decision of City, the dispute may be decided by arbitration at the City's discretion. F. RIGHTS IN DATA COPYRIGHTS DISCLOSURE. t . Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representation. 2. Ri hts in Data. City shall have the full right to use all data developed pursuant to this Agreement for any official purpose permitted under Florida Statutes, including making it available to the general public. Such use shall be without any additional payment to or approval by Consultant. All data prepared' or furnished by Consultant (and Consultant's independent professional associates and Consultants) pursuant to this Agreement are instruments of service in respect of the project, and Consultant shall have the ownership and property interest therein whether or not the project is completed. City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any data developed or prepared under this Agreement. All data required to be sealed and signed by registered Professional Engineer in the State of Florida shall not be modified, changed, altered or used for other purposes than those intended without the express written permission of Consultant. G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws, ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this Agreement. H. SUBCONTRACTING. None of the work or services covered by this Agreement shall be subcontracted without the prior written approval of City. Some specialty sub -Consultant work is permissible wherein said services can be expeditiously and ecercmically handled by local firms provided written permission is grarted by City. INDEPENDENT CONTRACTOR. CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of such assignment, or subjecting the City to liability of any..kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Consultant of its liability and obligation under this contract, and despite any such assignment, the City shall deal through the Consultant only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. K. SITE VISITS. Visits to the construction site and observations made by Consultant as part of the services shall not relieve the construction contractor(s) of its obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, nor shall the contractor(s) be relieved of responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. Such visits by Consultant are not to be construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. L. ONSITE MONITORING. Consultant's resident project representatives will make reasonable efforts to guard City against defects and deficiencies in the work of the contractor(s) and to help determine if the provisions of the Contract Documents are being fulfilled. Their day-to-day inspection will not, however, cause Consultant to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing in accordance with the Contract Documents. tit. TINIE OF PERFORMANCE. Consultant shall commence performance on each specific task authorization upon receipt of written Notice to Proceed from City. The work shall be completed in accordance with the schedule included in the authcrization. N OBLIGATIONS OF CITY TO CONSULTANT. City snall make available to Consultant all data in its possession regarding the existing facilities. This data shall inc'.ude, taut net be limited to: standards; specificaticns; policies; guides and Eng neering reperts; maps; plans; inventores; data; etc. City shall be responsible for all necessary approvals from all City of Tamarac departments, and administration of public meetings in City. Consultant shall prepare exhibits, displays, informational handouts, notes, minutes and shall assist City in conducting all meetings. O. MONITORING. Consultant's work shall be subject to the inspection and direction of City, which shall conduct periodic reviews with Consultant. Where Consultant's work is unsatisfactory to City, Consultant shall correct it at the direction of City and at no additional. cost to City; however, it is incumbent upon City to notify Consultant immediately of any work deemed unsatisfactory. Consultant will indemnify City for any increased construction costs solely and proximately caused by negligence on the part of Consultant concerning any assigned project, less any betterment to City. P. EXTRA SERVICES. If extra services are required for satisfactory completion of the work or any phase thereof, and Consultant thereby necessarily incurs extra costs, Consultant may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, City shall not reimburse Consultant for any work or services performed after interruption, postponement or abandonment, which City deems to be in its best interest, provided City provides proper written notice to Consultant of such interruption, postponement or abandonment of the work. In such case, City shall pay only the costs of services rendered up to the time of such interruption, postponement or abandonment. Q. CONSULTANT'S REPRESENTATIVE. Consultant will, at all times during the normal work week, designate or appoint one or more representatives of Consultant who are authorized to act on behalf of Consultant regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep City continually advised of such designation. R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the other pursuant to this Agreement, it must be given by written notice, hand delivered, or sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving notice to wit: For City: City Manager City of Tamarac 7525 Northwest 88th Avenue Tamarac, Florida 33321 With copy to: City Attorney At the same address as above For Consultant Robert D. Cale, III, P.E. Executive Vice President Craven Thompson & Associates, Inc. 3563 NW 53rd Street Fort Lauderdale, FL 33309 S_ TERMINATION OF AGREEMENT. City or Consultant may terminate this Agreement by giving 30 days prior written notice to the other party. In such event, City shall forthwith pay Consultant in full for all work previously authorized and performed prior .to the date upon. which written notice of termination has been sent. Consultant's right of termination shall not be construed to preclude any action by City for damages against Consultant should Consultant not fully perform Consultant's responsibilities and duties pursuant to this Agreement. In no case shall City be liable for damages to Consultant as a result of City's termination of this Agreement, in an amount in excess of actual costs incurred by Consultant in performing work previously authorized and fully performed prior to the date on which notice of termination is sent by City. T. NON-EXCLUSIVE AGREEMENT. City reserves the right to contract other Engineering firms as Consulting Engineers pursuant to the Consultant's "Competitive Negotiation Act of Florida". Nothing in this Agreement alters or cancels the terms and conditions or prior agreements for Engineering services between these parties or between City and any other Engineering firms. U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify and hold harmless the City of Tamarac, its officers, elected officials, agents or employees acting within the scope of their employment from any suit, claim, liability, loss or damage (including reasonable attomey's fees) to the extent caused by Consultant's negligent acts, errors or omissions associated with Consultant's duties and responsibilities pursuant to this Agreement. V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings prepared by Consultant, or on Consultant's behalf, are accurate, capable of being implemented and may be relied upon by any Contractor retained by City. W. PROFESSIONAL RESPONSIBILITIES OF CONSULTANT. Consultant will exercise reasonable skill, care, and diligence in the performance of Consultant's services and will carry out its responsibilities in accordance with customarily accepted professional Engineering practices. If Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, the professional Engineering services necessary to correct errors and omissions which are caused by Consultant's failure to comply with tnis standard and which are reported to Consultant within one year from the completion of, services. X. ATTORNEYS' FEES. In the event of litigation, the prevailing party will be entitled to reimbursement of attomey fees. Y. CHANGES AND FORCE MAJEURE. In the event that a change in City provided information, change in law, or event of force majeure affects the Work or increases Consultant's costs, Consultant shall be entitled to a change to the Work and an equitable adjustment in the contract price and time of performance, as appropriate. Consultant shall propose in writing a change to the Work and an equitable adjustment in the Contract Price due to any such change, and City shall accept or dispute such proposal in writing within fifteen (15) days of receipt of Consultant's proposal. s Z. PROHIBITION AGAINST CONTINGENT FEES. The professional Engineer warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the professional Engineer to solicit or secure this agreement and that he has not paid or agreed to pay any person or company, corporation individual, or firm, other than a bona fide employee working solely for the professional Engineer any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For any breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. AA. MODIFICATIONS. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and with equal dignity herewith. Such modification or amendment shall be attached to, and shall thereupon become a part of this Agreement. BB. AUTHORIZING ACTION. This Agreement is entered into by C pursuant to a Resolution of the City Commission passed at a meeting held on 2001. IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first written above. ATTEST:. By: Marian wenson, CW,' City Clerk ATTEST: ` ( orporate Secretary Robert D. Cole, III Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC a Florida Municipal Corporation By: a'ac'z _ g5A Schreiber, Mayor Date: By:, Jeffrey L. Miller, City Manager Date: 7- J 6 -d/ Craven Thomps & ssociates, Inc (Authorized Signature) Thomas M. McDonald, KUi �E#.We President_ Type/Print Name and Title Date: 6 / 18 / 0 l CORPORATE ACKNOWLEDGEMENT STATE OF Florida COUNTY OF Broward The foregoing instnyment was acknowledged before me this 18th day of Thomas M. McDonald, June , 2001 by RAbwtE�xRaw€x *36ce President (name of officer or agent, title of officer or agent) of Craven Thom son �ociates Inc. (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. OY P40 MARTHA 0101ROLAM0 '§ r-OM SSION # CC 720285 E7PIRB APR 1, 2002 ROHOED THILU OF P ATWMC BONDING CO., INC. Signature of Notary Public — State of Florida Printed, typed/stamped name of Notary Public Exactly as commissioned E] Personally known by me, or ❑ Produced identification: (Type of identification produced) ❑ Did take an oath, or M Did not take an oath _ iwmi =a # CC 72�3:9 =.�,=F/ryi•ar ��-.ti �� -ter — EXHIBIT W SALARY COSTS Jun-01 r City of Tamarac CONSULTAN'i:Craven Thompson & Associates, Inc. OES EMPLOYEE CATEGORY HOurty Rabe SENIOR COMPANY OFFKER $155.00 PROJECT MANAGER $135.00 QUAL11Y ASSURANCE PERSON $115.00 SENIOR ENGINEER(2) $100.00 ENGINEER(2) - $90.00 SENIOR DESIGNER%TECH. (2) $72.00 DESIGNER/TECH. $58•00 SENIOR DRAFTER(2) $62.00 DRAFTER $47.00 SECRETARY $47.00 REGISTERED LAND SURVEYOR $100.00 3-PERSON SURVEY CREW $95.00 2-PERSON SURVEY CREW $83•� SENIOR RESIDENT REP. $70.00 RESIDENT REPRESENTATIVE $60.00 (2)ALSO INCLUDES (AS APPLICABLE) LANDSCAPE ARCHrFEC f EXHIBIT "B" SCHEDULE OF EXPENSES AND OTHER CHARGES 1. Travel and Subsistence a. Out-of-town Transportation, Lodging and Subsistence b. Automobile Mileage 2. Reproduction and Reprographkts a. Blueline Prints b. Vellum and Sepia c. Mylar Reproducible d. Outside Printing e. Xerox (Standard) Copies 3. Recording and Permits Fees 4. Services of Outside Consultant's 5. Special Survey Field Supplies 6. Delivery and Courier Services * Based on 2-foot width times length of stock used. n = In Accordance with = F.S. 112.061 _ $0.21/Sq. Ft.* $.S0/Sq. Ft.* $2.00/Sq. Ft.* = At Cost plus 10% _ $0.10/Sheet At Cost plus 10% = At Cost plus 10% At Cost plus 10% At Cost plus 10% TASK AUTHORIZATION NO. 03-11 E SCOPE OF SERVICES 2.0 MG WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS INTRODUCTION On June 30, 2003, August 7, 2003, and September 2, 2003, Eckler Engineering met with the City of Tamarac to discuss general finished water storage and high service pumping improvements planned for the City's Water Treatment Plant. The general scope of this project is to prepare the drawings and specifications for the bidding and construction phases of this project. The drawings and specifications for this project were previously prepared by others, however due to the age of these documents, building code changes, regulatory requirement changes, demand changes and other planned improvements at this facility some revision to these documents will be required. In accordance with our project planning meetings, we have prepared the following list of recommended items to be addressed: New 2.0 MG prestressed concrete water storage tank. 2. Removal and replacement of existing high service pumps. The new pumps shall provide a minimum capacity of 2500 GPM at 185 feet TDH (80 psi). Five (5) new high service pumps are planned 3. Removal and replacement of the filter effluent transfer pumps. The new pumps shall have a maximum capacity of 6950 gpm/each. Two ( 2) new transfer pumps are planned. 4. New variable frequency drives sized for the proposed high service pumps to provide smooth pressure control in the distribution system. Provide new variable frequency drives for the proposed transfer pumps to match filter effluent production. 5. Coordinate and provide control strategies for modifications to the City's existing SCADA system to incorporate the new storage tank, transfer pumping system revisions and high service pumping revisions. 6. New field instruments for the revised operations including a pressure transmitter for the distribution system, level transducers, and other field instruments as necessary for a properly functioning instrumentation and control system. 7. Yard piping modifications and improvements to facilitate the new tank and pumping systems. 8. Coordinate primary power supply for future sodium hypochlorite improvements. 9. Provide new electrical power distribution to facilitate the proposed improvements including a new power distribution panel. This facility will be sized for the power and voltage requirements of the new high service pump systems. Power for the proposed transfer pumping improvements shall be designed from the existing MCC. Page 1 of 13 10. Modifications to existing on site sanitary collection and transmission system to facilitate the proposed improvements. 11. Design of general aesthetic type of work to be included at this site including but not limited to the following: a. General site cleanup and restoration. b. Painting of interior walls, pumps, piping, conduits, and miscellaneous items that are proposed or disturbed by progress of work. C. Painting of exterior walls where disturbed by the progress of the work. 12. This project will also provide the City of Tamarac with an evaluation of the existing emergency standby power system. Evaluation shall focus on the ability of the existing system to meet the capacity of the plant electrical loads including all improvements. This scope does not include provisions for the design of improvements to the existing emergency power system . The preliminary task order Opinion of Probable Construction Cost for the above referenced improvements is estimated at $1,700,000 to $2,000,000. ARTICLE 1 - SCOPE OF SERVICES Design Phase Task D1 - Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management. Task D2 - Data Evaluation and Preliminary Design This task focuses on obtaining the necessary preliminary information required to prepare detailed engineering plans and specifications. A. Meet with appropriate City staff to discuss project requirements. B. Visit the site and review all pertinent features. C. Collect data available on existing systems, record drawings, and operations reports. D. Prepare base drawing sheets based on work prepared by others. E. Prepare scope of services, coordinate and complete additional geotechnical work as may be applicable. F. Prepare scope of services, coordinate and complete soft dig existing utility locations as may be applicable. Page 2 of 13 Task D3 - Preliminary Design Report (Memorandum) This task consists of the appropriate level of engineering to analyze and prepare final design requirements for this project. A. A preliminary design report (memorandum) will be prepared for this project in accordance with Florida Department of Environmental Protection Rules FAC Chapter 62-555. The report (memorandum) shall detail all proposed modifications at the facility. B. Preliminary design requirements for all system components to be modified or completed as part of this project will be presented as part of the Preliminary Design Report (memorandum). These improvements will include civil, structural, architectural, electrical, mechanical, and instrumentation requirements. C. The preliminary design report (memorandum) shall be included with the 90% project submittal. Task D4 - Drawings and Engineering This task consists of the engineering and the development of plans necessary to construct this project. A. Prepare detailed drawings for the proposed work discussed previously within this Exhibit. A tentative list of final design drawings to be developed for this project is presented in Table 1. Drawings will be prepared using drafting standards and standard details as developed by Eckler Engineering, Inc. Task D5 - Specification Preparation This task consists of the preparation of specifications necessary to construct this project. A. Engineer shall prepare technical specifications required for this project in Division 1 through Division 16. These specifications, utilizing the CSI format, will be prepared and will consist of written technical descriptions and materials, equipment and construction systems, standards and workmanship required for this project as developed by Eckler Engineering. A tentative list of specification sections to be prepared for this project is presented in Table 2. B. The City of Tamarac standard bidding requirements, contract forms and miscellaneous forms/information required for this project shall be utilized. Consultant shall provide the City of Tamarac with project specific information for the preparation of bidding and contract documents required for this project. Task D6 - Permit Preparation Assistance This task consists of preparing the permit application submittals for the Florida Department of Environmental Protection (FDEP) and the Broward County Health Department (BCHD). Page 3 of 13 Any additional permits required beyond the above will be considered as outside the scope of this proposal. Task D7 - Final Opinion of Probable Construction Cost Prepare the Final Opinion of Probable Construction Cost for all new facilities and improvements proposed under this project. Task D8 - Bidding Assistance Services This task may include the following: A. Assist with the coordination of the bidding documents and the advertisement for bid and respond to communication from contractors and issue addenda information as required. B. Attend the bid opening and tabulate the bids as provided by interested contractors. Task D9 - Bid Evaluation and Recommendation of Award Assistance This task shall consist of the review and evaluation of the bids and the recommendation of a bidder for award of contract to the City. Task D70 - Submit and Review (Quality Control) The Engineer will make the following submittals at various completion levels of this project for the purpose of City's review and comment for coordination and quality control. A review meeting will be requested following each submittal to discuss and receive comments from City. The City's comments shall be incorporated into revisions prior to the next subsequent quality control submittal. Quality control submittals for this project are anticipated at the following completion levels: A. Preliminary Design Report (memorandum) and 90% Drawings and Specifications. B. FINAL drawings and specifications. The Engineer will incorporate the agreed -upon revisions made by the City. A total of two (2) meetings with the City is the level of effort for this Task. Construction Phase A scope of services proposal for engineering services during construction will be developed at a later date when requested by the City of Tamarac. Project Deliverables Project deliverables for the project design and construction phases shall be in accordance with Table 4, attached. Page 4 of 13 ARTICLE 2 - DATA OR ASSISTANCE TO BE PROVIDED BY CITY A. Provide assistance with regulatory agencies and payment of all applicable permitting fees. B. Provide Engineer with assistance in locating existing facilities, when requested. C. Provide general project review, where required. D. Provide copies of existing facility record drawings. E. Provide copies of existing SCADA system as-builts. ARTICLE 3 - TIME OF COMPLETION Table 3 provides the preliminary project schedule based on days from the receipt of the Authorization to Proceed. ARTICLE 4 - PAYMENT AND COMPENSATION As consideration for providing the services enumerated in Article 1, the City shall pay the Engineer fees as described below: A. Design Phase Forthe services enumerated in Article 1, Tasks D1 through D10, the estimated not - to -exceed fee of $85,000. Engineering services for design phase will be billed on an hourly rate plus direct expenses in accordance with the attached scope of work breakdown. Eckler Engineering will submit monthly invoices payable by person, hours worked, and hourly rates, plus direct expenses for these engineering services. Any unused portion of this estimated not -to -exceed fee will not be billed to the City. These fees have been determined in accordance with the scope of work breakdown attached as Table 5. The fee does not include the provision of the following items: 1. Payment of permit fees. 2. Preparation of permit submittal applications to the City of Tamarac Building Department. 3. Any expert witness or testimony services. 4. Design of improvements to the existing emergency power system. 5. Engineering services during construction. Page 5 of 13 ARTICLE 5 - AUTHORIZATION In WITNESS WHEREOF, the parties herewith subscribe the same in duplicate. ECKLER ENGINEERING, INC. CITY OF TAMARAC By: - By' '. .. Donald A. Eckler, P.E. Jef y L. Miller City Manager YADocuments\Tamarac\BD\2.0 MG GST and High Service Pumping Improvements\Task Auth 03-11 E.wpd Page 6 of 13 ilf-1-:11114F 2.OMG WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS TENTATIVE LIST OF PROJECT DRAWINGS Drawing Sheet No. Title General Cover sheet G-1 Index to Drawings and Project Location Map G-2 Design Criteria and Hydraulic Profile G-3 General Notes and Abbreviations G-4 Mechanical Legends and Symbols G-5 Electrical, Architectural and HVAC Legends G-6 Process and Instrumentation Legend Civil C-1 Site Survey C-2 Overall Site Plan and Boring Locations C-3 Paving and Grading Plan C-4 Standard Details - Civil C-5 Standard Details - Civil Architectural A-1 Existing Control Building Vt Floor Modifications A-2 New High Service Pump VFD Building Floor and Roof Plans A-3 New High Service Pump VFD Building Elevations A-4 Finish Schedules A-5 Door and Hardware Schedules A-6 Standard Details - Architectural Structural S-1 New High Service Pump VFD Building Floor and Roof Plans S-2 New High Service Pump VFD Building Sections S-3 Standard Details - Structural S-4 Standard Details - Structural Mechanical M-1 Piping Schedule and General Mechanical Notes M-2 Yard Piping Key Map M-3 Yard Piping Partial Plan 1 M-4 Yard Piping Partial Plan 2 Page 7 of 13 M-5 Yard Piping Partial Plan 3 M-6 Yard Piping Partial Plan 4 M-7 Yard Piping Details M-8 New High Service Pump Station Plan M-9 New High Service Pump Station Details M-10 Existing HSP Nos. 5, 6 & 7 Demolition M-11 Transfer Pumping Modification Plan M-12 Transfer Pumping Modification Details M-13 Storage Tank Floor and Dome Plans M-14 Storage Tank Illustrative Elevation and Sections M-15 Storage Tank Details M-16 Storage Tank Details M-17 Plant Site Pump Station No. 2 M-18 VFD Building HVAC Plan M-19 Standard Details - Mechanical M-20 Standard Details - Mechanical M-21 Standard Details - Mechanical M-22 Standard Details - Mechanical M-23 Standard Details - Mechanical Instrumentation 1-1 Process and Instrumentation (Sheet 1) 1-2 Process and Instrumentation (Sheet 2) 1-3 Standard Details - Instrumentation and Controls Electrical E-1 Electrical Site Plan E-2 New High Service Pump Station Electrical Equipment Plan E-3 New High Service Pump Station Lighting and Receptacle Plan E-4 Existing Control Building Electrical Equipment Plan E-5 Plant One -Line Diagram Power (Sheet 1) E-6 Plant One -Line Diagram Power (Sheet 2) E-7 Plant One -Line Diagram Power (Sheet 3) E-8 One -Line Diagram I&C E-9 High Service Pump VFD Schematic and Details E-10 Transfer Pump VFD Schematic and Details E-11 Existing PLC 1/0 Modifications E-12 Sanitary Pump Station No. 2 FP E-13 Electrical Details Sheet 1 E-14 Standard Details - Electrical E-15 Standard Details - Electrical (Remainder of page left blank intentionally) Page 8 of 13 TABLE 2 2.0 MG WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS TENTATIVE LIST OF PROJECT SPECIFICATIONS SECTION NO. TITLE PART 1 BIDDING REQUIREMENTS (These documents provided by City Purchasing Division) PART 2 CONTRACT FORMS (These documents provided by City Purchasing Division) PART 3 MISCELLANEOUS FORMS/INFORMATION (These documents provided by City Purchasing Division) PART 4 SPECIFICATIONS Division 1 - General Requirements 01005 General Requirements 01010 Summary of Work 01050 Field Engineering 01200 Project Meetings 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01505 Mobilization/Demobilization 01700 Project Closeout 01720 Project Record Documents 01730 Operation and Maintenance Data 01740 Warranties and Bonds Division 2 - Sitework 02072 Demolition 02200 Earthwork 02281 Termite Control 02500 Restoration and Cleanup 02510 Asphaltic Concrete Pavement and Base 02630 Concrete Sidewalks, Drives and Curbs Division 3 - Concrete 03100 Formwork 03200 Concrete Reinforcement 03251 Expansion and Construction Joints Page 9 of 13 03300 Concrete 03315 Prestressed Composite Tank 03410 Structural Precast Hollow Core Planks 03600 Grout Division 4 - Masonry 04100 Mortar 04200 Concrete Unit Masonry Division 5 - Metals 05500 Fabricated Metalwork and Castings Division 6 - Not Used Division 7 - Thermal and Moisture Protection 07230 Vapor Barrier 07533 Thermoplastic Single -Ply Membrane Roofing System 07650 Metal Fascia and Gutter System 07900 Sealants Division 8 - Doors and Windows 08120 Aluminum Doors and Frames 08710 Finish Hardware Division 9 - Finishes 09200 Lath and Plaster 09900 Protective Coatings Division 10 - Not Used Division 11 - Equipment 11037 Vertical Turbine Pumps -General 11037-1 Vertical Turbine Pumps -Specific 11037-2 Vertical Turbine Pumps -Specific Division 12 - Not Used Division 13 - Special Construction 13700 Process Instrumentation and Controls 13711 Existing PLC/SCADA System Modifications 13720 Variable Frequency Drives Division 14 - Conveying Systems - Not Used Page 10 of 13 Division 15 - Mechanical 15005 Ductile Iron Pipe (Water) 15029 Testing and Disinfection (Pipelines, Structures and Equipment) 15100 Manually Operated Valves 15105 Self -Contained Automatic Process Valves 15400 Plumbing Division 16 - Electrical 16000 Electrical General Requirements 16050 Basic Materials and Methods 16110 Lightning Protection 16160 Panelboards 16921 480 - Volt Motor Control Center (Remainder of this page left blank intentionally.) Page 11 of 13 TABLE 3 2.0 MG WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS PRELIMINARY PROJECT SCHEDULE Time to Cumulative Time Activity Complete To Complete (Days) (Days) 1. Notice to Proceed 0 0 2. Site Visit/Information Gathering 21 21 3. Preliminary Design Memorandum (90% Submittal) 60 81 4. Receive City Comments. 14 95 5. Submit Final Plans and Specifications along with 21 116 permit applications and final cost opinion 6. Regulatory Permitting Phase 30 146 7. Bidding and Award Phase 60 206 8. Construction Phase (Final) 210 416 Detailed schedule will be provided upon receipt of authorization to proceed and will include specific submittal dates. (Remainder of page left blank intentionally.) Page 12 of 13 TABLE 4 2.0 MG WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS LIST OF PROJECT DELIVERABLES DESIGN PHASE A. 90% Design Submittal • Three (3) copies of Preliminary Design Report (memorandum). • Three (3) sets of 11" x 17" Drawings, 90% Complete • Three (3) set of Specifications, 90% Complete • 90% Completion Estimate of Probable Construction Cost B. Final Design Submittal • Project Final Documents including drawings on 22 x 34 sheets and project specifications on 8-1/2 x 11 sheets for use and distribution by CITY. Fifteen (15) sets of project documents, final completion. • Completed permit application and exhibits for signatures by CITY officials (permit fees to be paid by CITY). Signed and sealed drawings for permit submittal shall be provided by Engineer. • Specific bid information including a line item unit breakdown for the project for use by the CITY's Purchasing Division for preparation of bid documents. • Final estimate of probable construction cost. BIDDING SERVICES (Part of Design Phase) • Addenda, as required to the CITY and/or Contractors. - -r : • • Bid Tabulation, 2 copies. • Recommendation of Award Letter. The CITY will award contract and issue Notice to Proceed. Y:\Documents\Tamarac\13D\2.0 MG GST and High Service Pumping Improvements\Task Auth 03-XX 9-4-03.wpd Page 13 of 13 CITY OF TAMARAC 2.0 MG WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS TASK AUTHORIZATION No. XX-XXX TABLE 5 1. DESIGN PHASE DATE. September 4, 2003 TASK DESCRIPTION PERSONNEL v � F N H D1 Protect Administration ( Management 24 8 D2 Data Evaluation and Preliminary Design 24 16 2 D3 Preliminary Design Report 8 8 8 6 D4 Drawings and Engineering 40 16 242 D5 Specification Preparation 24 18 16 D6 Permit Preparation Assistance 4 4 4 D7 Final Opinion of Probable Construction Cost 3 2 D8 Bidding Assistance Services 3 4 D9 Bid Evaluation and Recommendation of Award Assistance 2 2 D10 Submit and Review (Quality Control) 4 8 8 6 D11 Not Used D12 j Not Used Total Hours Rate Sub -Total Labor 28 116 0 70 D 0 0 250 0 0 52 $154.00 $129.00 $84.00 $82.00 $71.00 $69.00 $95.00 $84.00 $64.00 $0.00 $64.00 $4,312.00 $14,964.00 $0.00 $5,740.00 $0.00 $0.00 $0.00 $21.000.00 $0.00 $0.00 $3,328.00 TOTAL DESIGN PHASE LABOR $49,344.00 It REIMBURSABLE EXPENSES DESIGN PHASE EXPENSE ITEM EXPENSE TYPE UNIT No. OF UNITS COST PER UNIT TOTAL COST 1 REPRODUCTION SET 20 $56.00 $1,360.00 2 PHOTOCOPIES EA 1,000 $0.20 $200.00 PLOTTING 3 22 X 34 MVLAR EA 0 $15.00 $0.00 11 X 17 EA 112 $3.00 $336.00 TRAVEL 4 MILEAGE MILE 210 $0.35 $72.45 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $000 ELECTRICAL LS 1 $27,500.00 $27,500.00 5 STRUCTURAL LS 1 $1,056,00 $1,056.00 GEOTECHNICAL LS 1 $2,200.00 $2,200.00 HVDROGEOLOGIC LS 0 $0.00 $0.00 SOFT DIGS 8 Constructability review LS 1 $3,000.00 $3,000.00 TOTAL DESIGN PHASE EXPENSES $35,724.45 GRAND TOTAL $85,000.00 V'.\DUCUMENiS\I &rcia�ai\44] C1 nesign $rnnn